MODIFICATION
49 -- AMENDMENT 0001 OF COMBINED SYNOPSIS/SOLICITATION W9124L-08-R-0002 TRANSMISSION DYNAMOMETER
- Notice Date
- 2/4/2008
- Notice Type
- Modification
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L08R0002
- Response Due
- 2/13/2008
- Archive Date
- 4/13/2008
- Point of Contact
- Rosie Logan, 580-442-5204
- E-Mail Address
-
Email your questions to ACA, Fort Sill
(annette.logan@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS AMENDMENT 0001 IS ISSUED TO EXTEND THE CLOSING DATE TO FEBRUARY 13, 2008. CLIN 0001:TRANSMISSION DYNAMOMETER ; unit price _______________ x 1 each = extended price ______________ PRICE TO ALSO INCLUDE: *INSTALLATION OF THE EQUIPMENT , AND *TRAINING: * ONE (1) TRAINED FIELD SERVICE TECHNICIAN TO: --OVERSEE THE INSTALLATION --PERFORM INITIAL STARTUP --PROVIDE TRAINING FOR UP TO FOUR (4) CUSTOMER PROVIDED OPERATORS --ESTIMATED TIME SHALL BE FIVE (5) WORKING DAYS (WEEKEN DS & HOLIDAYS EXCLUDED) --CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRAVEL, LODGING & ASSOCIATED EXPENSES. FOB: Destination SPECIFICATIONS FOR DYNAMOMETER Transmission Dynmometer that will test the following military transmissions: C UCV- Turbo 400, 5 Ton- MT654CR, HEMTT A1 - T740D, HEMTT A2 - Allison 45005P, PLS A1 - Allison CLT755, PLSA2 - 4505P, LMTV - Allison MO3770PT, HUMMV - 3L80, HUMMV A2, 4L80E, 917 A2 & 916 A3 - Allison HD4070P, 915 A3 - HD4560P Upgradable for cross-dr ive transmissions. Soundproofing material applied to dynamometer. ISO 9000 compliant. Pricing shall include training & installation of the equipment. The following provisions and clauses apply and are incorporated by reference: 52.204-4 Printed o r Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.212-1, Instructions to Offerors, Commercial Items; 52.212-2 Evaluation - Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror 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 of the item offered to meet the Go vernment requirement, past performance and price. Technical and past performance, when combined, are more important than price, 52.212-3, Offeror Representations and Certifications, Commercial Items must be completed and submitted with the offer; 52.212-4, Contract Terms and Conditions, Commercial Items; Addendum to 52.212-4, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (including 52.203-6 (Alt I) Restrictions on Subcontractor Sales to the Gove rnment, 52.219-6 Notice of Total Small Bussiness Set-aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labo r--Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirm ative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50 C ombating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.232-36 Payment by Third Party, Reference 52.232-36 Payment by Third Party, paragrah (g ) The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313, (h) The purchase card to be used is: Government Purchase Card (GPC).; 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52. 247-34 F.O.B. - Destination, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Eq uitable Adjustment, 252.247-7023 Transportation of Supplies by Sea); 252.204-7004 Required Central Contractor Registration; The following provisions and clauses also apply and provides websites for information purposes: 52.252-1 Solicitation Provisions Inc orporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses www.arnet.gov/far, www.farsite.hill.af.mil. NOTICE OF TOTAL SMALL BUSINESS SET ASIDE: Offers/bids are solicited only from small business concerns. Offers/bids received from o ther than small business concerns shall be considered non-responsive and will be rejected. Invoices must match purchase order/contract in description and unit of issue. Invoices must include complete mailing address, complete contract/purchase order number , description, price, and quantity, payment terms, point of contact and phone number for notification in case of defective invoice. Offers are due at the ACASR, Directorate of Contracting, SFCA-SR-SI, PO Box 33501, Bldg 1803, Fort Sill, OK 73503-0501 by 4 :00 PM CST February 8, 2008. Fax or email transmissions of quotes shall be accepted, fax number 580-442-3819 and email address is annette.logan@us.army.mil or lisa.g.slagle@us.army.mil. All responsible sources may submit a quote which shall be considered .
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Country: US
- Zip Code: 73503-0501
- Record
- SN01499631-W 20080206/080205051115 (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 |