Deutz Model D2011L04i 24V Diesel Engines
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jun 23, 2023 09:37 am CDT
- Original Published Date: Jun 15, 2023 08:04 am CDT
- Updated Date Offers Due: Jul 07, 2023 11:00 am CDT
- Original Date Offers Due: Jun 26, 2023 11:00 am CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jul 22, 2023
- Original Inactive Date: Jul 11, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 2815 - DIESEL ENGINES AND COMPONENTS
- NAICS Code:
- 423830 - Industrial Machinery and Equipment Merchant Wholesalers
- Place of Performance: USA
Description
Requirement Title: Deutz Model D2011L04i 24V Diesel Engines
Solicitation Number: W901UZ23Q3109
Solicitation Issue Date: Monday, 12 June 2023
Response Deadline: Friday, 7 July 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
52.225-13, 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 ConfidentialityAgreements 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/Links
Contact Information
Contracting Office Address
- KO FOR NDARNG DO NOT DELETE PO BOX 5511
- BISMARCK , ND 58506-5511
- USA
Primary Point of Contact
- Lisa Peckham
- lisa.peckham@us.af.mil
- Phone Number 7018574305
Secondary Point of Contact
- Heidi Sigl
- heidi.l.sigl.mil@mail.mil
- Phone Number 7013332226
History
- Aug 05, 2023 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- Jun 23, 2023 09:37 am CDTCombined Synopsis/Solicitation (Updated)
- Jun 15, 2023 08:04 am CDTCombined Synopsis/Solicitation (Original)