Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

J -- This solicitation is for Allison HT754 CRD Transmission Rebuild Services. The period of performance will be 12 months, with two (2) options to extend for additional 12-month periods.

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Texas, ATTN: Contracting Officer, P.O. Box 5218, Austin, TX 78763-5218
 
ZIP Code
78763-5218
 
Solicitation Number
DAHA41-02-R-0026
 
Response Due
9/6/2002
 
Point of Contact
Mary Sue Austin, 512-782-5537
 
E-Mail Address
Email your questions to USPFO for Texas
(marysue.austin@tx.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are he reby requested. A written solicitation will not be issued. Solicitation DAHA41-02-R-0026 is issued as a Request for Proposal, which incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27, effective 25 June 2001. This is a n unrestricted acquisition with an associated NAICS of 81113. It will be awarded as a Requirements contract, with no guaranteed minimum or maximum quantities. This acquisition is not in the Small Business Competitiveness Demonstration Program. The contract dollar amount is Not To Exceed $3,000,000, including any options. STATEMENT OF WORK: (A) GENERAL: This solicitation is for Allison HT754 CRD Transmission Rebuild Services. The period of performance will be 12 months, with two (2) options to extend for ad ditional 12-month periods. Anticipated estimated quantity of transmission rebuilds is 120 EA for FY 03. Shipment to and from RSMS Saginaw will be FOB Destination. Vendor is required to pick up from and deliver to Readiness Sustainment Maintenance Center, 7 48 E. McLeroy, Saginaw TX, 76179-4604. (B) SCOPE: Criteria for an acceptable core is as follows: 1) Complete transmission with torque converter 2) Unit must not have been disassembled 3) No broken or missing external components 4) Output and input shafts m ust rotate freely 360 degrees. Transmissions must be completely disassembled. All components and parts must be inspected for serviceability. All repair parts, reused hard parts and components must meet factory specifications and the entire unit must comply with Allison's standards. Mandatory replacement parts shall include all seals, gaskets, bearings, filters, damaged hard parts and components. Transmission must pass a dynamometer test. Dyno test will include RPM, Flow, Stall, Leaks and Shift Quality. All pressures will be recorded and returned to the TX-RSMS along with the Dyno Report. Stamped metal plate (data plate) will be affixed to the transmission; data plate will include assembly number, part number and serial number. Transmission will be painted f lat black. All rebuilt transmissions must include twelve (12) month warranty. Warranty period shall begin on the date the TX-RSMS completes installation of transmission into vehicle. APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-1, Instructions to Offe ror--Commercial Items. (2) FAR 52.212-2 Evaluation?Commercial Items. (3) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. All offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.2l2-3 in full text is available at http://www.arnet.gov/far or upon request from this contracting office). (4) FAR 52.212-4. Contract Terms and Conditions?Commercial Items; (5) FAR 52.212-5, Contract Terms and Conditions Required to Implemen t Statutes and Executive Orders--Commercial Items; (6) FAR 52.216-21 Requirements; (7) FAR 52.217-5; Evaluation of Options; (8) 52.217-9 Option to Extend the Term of the Contract (9) DFARS 252.212-7000 Offeror Representations and Certifications?Commercial Items (10) DFAR 252.204-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (11) DFARS 252.204-7004, Required Central Contractor Registration (12) DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate (D) EVALUATION FACTORS: The contract type for this procurement will be fixed price. Award will be made on the basis of best value to the Government, price and other factors considered. Selection wi ll be based on the following evaluation factors, in order of importance: (1) technical factors - consideration of technical approach, capabilities to provide se rvices required, professional qualifications of staff (2) past performance - caliber of offeror's performance on previous contract (3) total price - total price and price realism. Technical factors and past performance, when combined are Approximately equa l to price. (E) INSTRUCTIONS: Offers shall include (1) a technical proposal; (2) bid placed in a sealed envelope separate from other required documents; (2) FAR 52.212-3, Representations and Certifications--Commercial Item, completely filled in; (3) A Prea ward Survey including a Past and Present Performance Questionnaire. (4) Subcontracting plans are required for all contracts awarded to a large business when the award amount exceeds $500,000. If the successful bidder is a large business, they will be requ ired to submit a subcontracting plan upon request. The National Guard Bureau subcontracting goals are specific percentages of the contractor's total planned subcontract amount. The goals are as follows: 60.3% small business, 11.2% small disadvantaged bus iness, 5.2 % woman-owned small business, 3.0 % Veteran-owned small business and 2.5 % HUBZone small business. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent w ith small and disadvantaged firms. Failure to provide items 1-3 (and 4 if a large business) listed above with your offer may cause your offer to be considered non-responsive. The Government intends to issue this solicitation through the use of the Internet . Amendments to this solicitation will be issued as Internet only. No additional media (Compact Disks, Floppy Disks, Faxes or Paper) will be provided unless the Government determines that it is necessary. It is therefore the contractor's responsibility to check the Army Single Face to Industry Interactive Business Opportunities (ASFI IBOP) website at: https://abop.monmouth.army.mil/ daily for any posted changes to this solicitation. All attachments to this solicitation are available for viewing and down load at the ASFI IBOP Website. Vendors must be registered with the site in order to access it. Any prospective bidder in bidding on this solicitation must register to be placed on the Prospective Bidders List. Bidders shall register themselves on the Inte rnet at the ASFI IBOP website. Each bidder, after registering for this solicitation, should verify his/her name appears on the Prospective Bidders List for this project. Bidders must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, access the CCR Internet address at: http://www.ccr.gov/vendor.cfm. Offers shall be submitted NLT 1400 on 6 September 2002 to USPFO for Texas, Attention: Mary Sue Austin, 2200 West 35th Street Bldg. 66 Ro om 114, P.O. Box 5218, Austin, TX 78763-5218. Facsimile offers will not be accepted. All offers must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offeror's name and address, point of contract, phone number, fax number, and e-mail address.
 
Place of Performance
Address: USPFO for Texas ATTN: Contracting Officer, P.O. Box 5218 Austin TX
Zip Code: 78763-5218
Country: US
 
Record
SN00135351-W 20020809/020808085141 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.