North Dakota Bids > Bid Detail

Deutz Model D2011L04i 24V Diesel Engines

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159107072670722
Posted Date: Jun 13, 2023
Due Date: Jun 26, 2023
Solicitation No: W901UZ23Q3109
Source: https://sam.gov/opp/30ac6472d3...
Follow
Deutz Model D2011L04i 24V Diesel Engines
Active
Contract Opportunity
Notice ID
W901UZ23Q3109
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NT USPFO ACTIVITY ND ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 13, 2023 08:54 am CDT
  • Original Date Offers Due: Jun 26, 2023 11:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2815 - DIESEL ENGINES AND COMPONENTS
  • NAICS Code:
    • 423830 - Industrial Machinery and Equipment Merchant Wholesalers
  • Place of Performance:
    Minot , ND 58703
    USA
Description



Requirement Title: Deutz Model D2011L04i 24V Diesel Engines



Solicitation Number: W901UZ23Q3109



Solicitation Issue Date: Monday, 12 June 2023



Response Deadline: Monday, 26 June 2023, no later than 11:00am CDT



Point(s) of Contact: Lisa Peckham / lisa.peckham@us.af.mil / (701) 857-4305



Contracting Officer: Heidi Sigl / heidi.l.sigl.civ@army.mil/ (701) 333-2226



General Information:




  1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

  2. This solicitation is being issued as a(n) Request For Quotation (RFQ).

  3. This solicitation document and incorporated provisions and clauses are those in effect through:



Federal Acquisition Circular: 2023-03



Defense Federal Acquisition Regulation Public Notice: 20230427



Air Force Federal Acquisition Circular: 20230508



4. This acquisition is set-aside for 100% Small Business Concern.



The North American Industry Size Classification System (NAICS) code associated with this requirement is 423830.



The Small Business Size Standard associated with this NAICS is 100 employees.



Requirement Information



Description:



Twenty (20) ea. Deutz Model D2011L04i 24V Diesel Engines



To include:



The engine assembly kit must include the following 24 Volt items:



1- Starter P/N: 4300286



1- Alternator P/N: 4103903



1- Shutdown Solenoid P/N: 4103822



2- Glow Plugs P/N: 1179017



1- Deutz Diesel Tier 4i engine with EGR valve, rated for 63.7 HP @2600 RPM.



1- LOFA 24 Volt Control Panel without factory harness. P/N: EP250KL7





The engine assembly kit must include:



1- Power Take-off (PTO) Package, HSG Size: 4; Clutch Size: 8S (PTO). NACD P/N: 24511



1- Engine Harness with relay sockets P/N: 23973



1- Exhaust Pipe P/N: 21998



1- Guard, Cooler P/N: 1732



1- Throttle Lever Mounting Kit (Speed Control) P/N: 1548



1- Aluminum Vernier Throttle Cable P/N: 31084



1- Truck Valve, Oil Drain P/N: 57267



1- Adapter, Oil Drain P/N: 57268



1-Timing Control Unit (Relay) P/N: 4219375



1- Slave Relay P/N: 4271981



1- Wiring Harness for LOFA Panel Gauge(s) illumination P/N: 801-3305-17



1- MC Mount Kit, Deutz P/N: 22000565 (2 Front and 2 Rear Engine Flex Mounts)



2 - Lifting eyes, engine PIN: 4272053



1 - Parts manual PIN: 929EN



1 - Operators/Instruction manual PIN: 02979934



Vendor will perform the following actions:



• Perform quality assurance (QA) inspection to verify operation and correct indication on control panel for all engine safety shut down devices e.g., low oil pressure, high engine temperature



• Ensure all gauges are functioning properly and calibrated; throttle operates freely with no binding; and D.C. charging system checked



• Verify engine preheat system is operational through the preheat controller and indicating properly on the engine control panel



• The engine/PTO must be completely assembled with the exception of the following loose items that must be packaged with each engine: 24 volt LOFA Control panel and all the requested manuals



• Loose items will be verified and inventoried for packaging/completeness



• Each engine assembly must be shipped with lubricating oil installed



• Each engine must have the mandatory exhaust emissions label (National Security Exemption (NSE) Certification Label attached on the engine as required by the EPA)



Place of Delivery/Performance/Acceptance/FOB Point:



120 Days ADC, F.O.B. Destination; ANG/ NGB/A40C, 3430 2nd St NE, Minot ND, 58703



0001 Deutz Model D2011L04i 24V Engines 20 Each



Instructions to Offerors



FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein:




  1. Questions may be submitted to the POCs and Contracting Officer listed above no later than 20 June 2023. Questions submitted after this date may not be answered.

  2. Quotes in response to this solicitation must be submitted via email to the POCs and Contracting Officer listed above no later than the established deadline.

  3. Quotes must be valid through: 1 Sept 2023.

  4. All price quotations must be submitted on "Attachment 9, Quote Sheet" and it must be filled in entirely; all technical submissions must be submitted on a separate document

  5. Complete the below contractor identification information.



Company Name: Point of Contact:



Address: Telephone Number:



Discount Terms SAM Registered: Yes/No



Small Business: Yes/No Unique Entity ID #



CAGE #: Veteran-Owned: Yes/No



Woman-Owned: Yes/No Estimated Period of Performance/Delivery:



Signature/Date:



Printed Name:



Evaluation Criteria



FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein:



(a) The Government will award a contract resulting from this solicitation to the responsible offerer whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



TECHNICAL CAPABILITY - An offeror’s quotation will be considered technically acceptable if it meets the specifications in the Description section of this requirement. Quotations that do not meet these requirements will be considered unacceptable and therefore under the evaluation process will not be considered for award.



PRICE - price will be evaluated on a comparative basis amongst all received quotations and the Government's estimate.



Clauses and Provisions



FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.





FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.





FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference:







52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I



52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards



52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



52.219-6, Notice of Total Small Business Set-Aside



52.219-8, Utilization of Small Business Set-Aside



52.219-14, Limitations on Subcontracting



52.222-3, Convict Labor



52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities



52.222-26, Equal Opportunity



52.222-35, Equal Opportunity for Veterans



52.222-36, Equal Opportunity for Workers with Disabilities



52.222-37, Employment Reports on Veteran



52.222-40, Notification of Employee Rights



52.222-50, Combating Trafficking Person



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving



52.225-13, Restrictions on Certain Foreign Purchases



52.232-33, Payment by Electronic Funds Transfer--System for Award Management







The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at http://farsite.hill.af.mil.



The following provisions and clauses are hereby included by full text or by reference as prescribed:





52.203-3, Gratuities



52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12, Limitation on Payments to Influence Certain Federal Transactions



52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4, Printed or Copied Double-Sided on Recycled Paper



52.204-7, System for Award Management



52.204-13, System For Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror



52.204-18, Commercial and Government Entity Code Maintenance



52.204-19, Incorporation by Reference of Representations and Certificates



52.204-20, Predecessor of Offeror



52.204-21, Basic Safeguarding of Covered Contractor Information Systems



52.204-23, Prohibition on Contracting for Hardware, Software, and Service Developed or Provided by Kaspersky Lab and Other Covered Entities



52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.209-5, Certification Regarding Responsibility Matters



52.209-10, Prohibition on Contracting With Inverted Domestic Corporations



52.209-11, Representation by Corporations regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law



52.211-6, Brand Name or Equal



52.219-28, Post-Award Small Business Program Rereprentation



52.223-6, Drug-Free Workplace



52.225-25, Prohibition on contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran --Representation and Certification



52.232-1, Payments



52.232-39, Unenforceability of Unauthorized Obligations



52.232-40, Providing Accelerated Payments to Small Business Subcontractors



52.233-3, Protest After Award



52.233-4, Applicable Law for Breach of Contract Claim



52.243-1, Changes—Fixed Price



52.247-34, F.O.B Destination



52.252-2, Clauses Incorporated by Reference



52.252-6 Authorized Deviations in Clauses



252.203-7000, Requirements Relating to Compensation of Former DoD Officials



252.203-7002, Requirement to Inform Employees of Whistleblower Rights



252.203-7003, Agency Office of the Inspector General



252.203-7005, Representation Relating to Compensation of Former DOD Officials



252.204-7003, Control of Government Personnel Work Product



252.204-7006, Billing Instructions



252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor reported Cyber Incident Information



252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting



252.204-7015, Notice of Authorized Disclosure of Information For Litigation Support



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services



252.211-7003, Item Unique Identification and Valuation



252.211-7008, Use of Government Assigned Serial Numbers



252.223-7008, Prohibition on Hexavalent Chromium



252.225-7001, Buy American And Balance Of Payments Program –Basic



252.225-7015, Restriction on Acquisition of Hand or Measuring Tools



252.225-7016, Restriction on Acquisition of Ball or Roller Bearings



252.225-7046, Exports by Approved Community Members in Response to the Solicitation. 252.225-7047, Exports by Approved Community Members in Performance of the Contract.



252.225-7048, Export-Controlled Items



252.227-7015, Technical Data - Commercial Items



252.227-7037, Validation of Restrictive Markings on Technical Data



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports



252.232-7006, Wide Area Workflow Payment Instructions



252.232-7010, Levies on Contract Payments



252.243-7001, Pricing Of Contract Modification





252.243-7002, Request for Equitable Adjustment



252.244-7000, Subcontracts for Commercials



252.247-7023, Transportation of Supplies by Sea



5352.201-9101, Ombudsman



5352.201-9000, Elimination of Use of Class I Ozone Depleting Substances



Attachments



Attachment 1, Deutz Model D2011L04i 24V Engine requirements SPECIFICATIONS



Attachment 2, Quote Sheet


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR NDARNG DO NOT DELETE PO BOX 5511
  • BISMARCK , ND 58506-5511
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 13, 2023 08:54 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >