Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2006 FBO #1706
SOLICITATION NOTICE

J -- Maintenance, Repair, and Rebuilding of Equipment

Notice Date
7/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
31704-3019
 
Solicitation Number
M6700406R0050
 
Response Due
7/31/2006
 
Archive Date
7/31/2006
 
Point of Contact
JERRY BYRD 229-639-6763
 
Description
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION IAW FAR 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSAL ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) The solicitation number for this acquisition is M67004-06-R-0050 and is issued as a Request for Proposal (RFP). Proposals are requested consisting of pricing and technical capabilities for J. I. Case Transmission rebuilds, part # G107561, and Differentials, part # G101538. A Base plus two One Year options requirements type contract is anticipated. The minimum annual estimated quantity is 5 each with an estimated maximum quantity of 20 each. See the below Work Requirements for pricing purposes. (iii) This RFP incorporates provisions and clauses in effect through the 2006 Federal Acquisition Circular 05-09. (iv) N/A. (v) A Firm-Fixed-Price service contract will be issued that meets or exceeds the requirements as listed in paragraph (vi) in support of the following Contract Line Item Number (CLIN). CLIN 0001 Rebuild of Case Transmissions and Differentials. 5 - 20 each. CLIN 0002 Same as CLIN 0001 - First Option Year. CLIN 0003 Same as CLIN 0001 - Second Option Year. The scope and work requirements for CLIN 0001 through CLIN 0003 are listed in paragraph (vi). (vi) Successful completion under this requirements contract funded by separately issued delivery orders will require the successful contractor to: 1. The requirement is to rebuild the J.I. Case transmission, part # G107561, NSN 2520-01-278-9936, and 2ea differentials part # G101538. Vendor is required to provide a 12-month warranty for workmanship and material. Once notified of defects vendor is required to be on site to make repairs within 48 hours. On average the transmissions will have approximately 1000 hours of use and will be fully functional. The service provider must completely disassemble, clean, and reassemble the transmission, and differential assembly. The minimum requirement is for all filters, seals, gaskets, o-rings, bearings, clutch disk and plates to be replaced with new original equipment manufacture's parts. 2. All hard part failures will be quoted on an as required basis. All failed hard parts will be returned with the unit. 3. The transmissions must be tested in accordance with original equipment manufacture's specifications and test log sheet must accompany the transmission. Transmissions must be painted in accordance with MIL-DTL-64159. Use primer Sherwin-Williams base coat Rex # E90W201, catalyst Rex # V93VC2. Paint green (color is 383) using Water Bourne Chemical Agent Resistance Coating (CARC) Sherwin-Williams base coat Rex # F93G504, catalyst Rex # V93V502 4. Work will be performed at the contractor's site. Contractor will be responsible for pickup at designated worksite at Bldg 2200 and delivery to building 1331, Door 10. The contractor will be responsible for furnishing all tools and material. A 21-calendar day repair cycle time is required. (vii) Inspection and acceptance for Case transmission and differential rebuild services shall be performed at destination by Maintenance Center, Building 2200 engineering point of contact or his representative. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The SIC Code is 7500 with a size standard of 6.5M in annual receipts. The Government intends to evaluate offers and award without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms both in price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The following addendum applies: Addendum 1) Offeror's written proposals shall address the following areas: technical, management, past performance, price and delivery, price-related factors, supplying all information identified in this solicitation as follows: Technical: Offeror shall provide convincing evidence that its proposed effort will meet all technical requirements as described in paragraph (vi). Management: Offerors shall briefly describe their proposed management approach for: a) meeting the scope and work requirements specified in paragraph (vi). b) providing all necessary Case transmission and differential rebuild requirements specified in paragraph (vi). Past Performance: Offeror should provide information regarding successful past performance on similar transmission and differential rebuild/repair service contracts to provide assurance of the offerors ability to meet the scope and work requirements specified in paragraph (vi). Cost: Offerors "Best" price for all of the transmission and differential rebuild services specified in paragraph (vi). (ix) FAR provision 52.212-2, Evaluation-Commercial items, is applicable to this acquisition. Tailor paragraph (a) as follows: Past Performance, technical management and price related factors considered in descending order of importance as listed herein. Also, when all other factors are combined they are equally as important as price. A superior technical proposal may be selected if its higher price is justified by additional technical features offered in comparison to a lower priced technically acceptable proposal. Furthermore, the Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, is applicable to this acquisition. Complete this provision, and submit with offer. (xi) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable to this acquisition. (xiii) Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail that documents the offerors ability to perform successfully the specified Case transmission and differential rebuild services described in this requirement. Department of Labor Wage Determination 94-2131(31) applies for Machinery Maintenance Mechanics; 23530 at $19.61 per hour. All responses to this RFP shall be in writing. Include Federal Tax Identification Number (TIN), Central Contractor Registration number (CCR) with your offer and Wide Area Work Flow Receipt and Acceptance (WAWF) active registration status. (xiv) DO-S10 (xv) N/A (xvi) The closing date for receipt of offers is 1300 EDST on 31 July 2006. Responses sent via U.S. Mail shall be sent to: Ms. Brenda Fisk, Contracts Department Code 890-1, P. O. Drawer 43019, Marine Corps Logistics Base, Albany, Georgia 31704-3019. Responses sent by overnight delivery service shall be sent to: Contracts Department (Code 890), Bldg. 3700, Third Floor, Room #310EB, MCLB, Albany. GA 31704-1128. (xvii) Point of Contact for this requirement is Gerald S. Byrd, Contract Specialist, Phone Number: (229) 639-6763. Contracting Officer, Ms. Barbara A. Banks, (229) 639-6761. All responsible sources may submit a pro NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-JUL-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/USMC/M67004/M6700406R0050/listing.html)
 
Record
SN01100100-F 20060729/060727224446 (fbodaily.com)
 
Source
FedBizOpps 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.