SOLICITATION NOTICE
23 -- Rebuild and Dyno test Allison MT 654 Transmissions
- Notice Date
- 8/12/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811113
— Automotive Transmission Repair
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Mississippi, USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-08-T-0035
- Response Due
- 8/19/2008
- Archive Date
- 10/18/2008
- Point of Contact
- jwinfield, 601-313-1565<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation to Rebuild and Dynamometer (DYNO) test Allison MT 654 Transmissions, in accordance with the format in Subpart 12.6, as supplemented with additional information included in the Performance Work Statement (PWS). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This solicitation number W9127Q-08-T-0035 is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-26. This solicitation is 100% small business set aside and is restricted in accordance with FAR 19.502-2(b). NAICS is 811113 Small Business Standard is $6.5 million. The resultant contract will be a Requirements Contract with a Base year with the Period of Performance beginning 1 October 2008 through September 30, 2009. This contract will have the Base Year and Four Option Years. The Base Year is for an estimated quantity of 376 each transmissions to be rebuilt according to the PWS that will be provided via email upon request. Contractors interested in submitting a proposal should contact Jerri Winfield at jerri.winfield@us.army.mil The Mississippi Readiness Sustainment Maintenance Site (MSRSMS) will furnish the Allison MT 654 transmissions for rebuild in the following condition: MSRSMS will furnish MT 654 Transmissions, Pin number 6885292, National Stock Number 2520-01-117-3010 for rebuild. Aftermarket parts are acceptable if they meet Allison Service Manual P/N SA 1546. All required adjustments must be completed to meet requirements listed in the Allison Service Manual. All pressures and RPMs must be recorded with transmission serial number, and rebuilding contractors work order number must be provided to the MSRSMS along with the respective transmission. Only transmissions received from MSRSMS will be returned to MSRSMS. This will be a rebuild and return program. The contractor will pay all transportation costs to and from the MSRSMS. As a minimum, all rebuilt transmissions must include a 1 year warranty. Warranty period must begin at the time of installation by the MSRSMS. Record of installation date, by serial number, will be maintained by the MSRSMS. Warranty will include all parts and labor. All warranty repairs will be picked up and delivered back to the MSRSMS. CONTRACTORS WISHING TO QUOTE ON THIS, MUST EMAIL Jerri Winfield AT THE ABOVE MENTIONED EMAIL ADDRESS FOR A COMPLETE, DETAILED PWS. The following clauses apply: FAR 52-212-1, Instructions to Offerors (Oct 2001) FAR 52.212-2--Evaluation--Commercial Items (Jan 1999): The following factors will be used to evaluate offers: 1. Technical. Firm must provide proof as being a certified Allison Corporation dealer. In addition, provide a list of 3 references to include name, address, and point of contact, telephone numbers and dollar value which provides evidence of repairs to Allison MT 654 transmissions. 2. Price. The Government reserves the right to reject any or all proposals at any time prior to award or award to the firm offering the lowest price, technically acceptable proposal. Wage Rates will apply to the contract once it is established and can be found at http://www.wdol.gov/. The following Clauses apply to this Synopsis/Solicitation 52.212-3, Offerors Representations and Certifications; 52.212-4, Contract Terms and Conditions Commercial Items, (May 2001). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, (May 2001); the following provisions apply 52.216-19 Order Limitations, 52.216-21 Requirements, 52.217-9 Option to Extend the Term of the Contract, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-41- Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.232-36, Payment by Third Party; 52.225-13, Restriction on Certain Foreign Purchases; 52.203-6, Restrictions on Subcontractor Sales to the Government/ Alt 1; 52.219-14, Limitation on Subcontracting; 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.247-34 FOB Destination. Additional applicable FAR Clauses: FAR 52.216-18, Ordering (Oct 1995). 52.252-1 Solicitation Provisions Incorporated by Reference, 52-252-2 Clauses Incorporate by Reference, 52.219-28 Post-Award Small Business Program Representation. (a) Any supplies and services to be furnished. Availability of Funds for the Next Fiscal Year (Apr 1984). Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 2001) and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (Nov 1995) with its offer. APPLICABLE DFARS CLAUSES: 252.204-7004, Required Central Contractor Registration (Mar 2000); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), to include; 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7007 Buy American Act-Trade Agreements-Balance of Payment Program (Sep 1999), 252.225-7012 Preference for Certain Domestic Commodities (Aug 2000) and 252.247-7024, Notification of Transportation of Supplies by Sea. Additional DFARS applicable clauses: 52.225-7002, Qualifying Country Sources as Subcontractors (Dec 1991) and DFARS 25-225-7031, Secondary Arab Boycott of Israel (June 1992). Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil The cost proposal is due no later than 4:30 P.M., August 19, 2008 to USPFO-MS, Attn: Jerri Winfield, P & C, 144 Military Drive, Jackson, MS 39232. Proposals may be faxed to (601) 313-1569. CCR is a mandatory requirement for all DoD Government contracts. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding operation, etc. may be addressed to MAJ William H. King (601) 558-2976; e-mail william.king@ms.ngb.army.mil. Questions regarding contractual documents may be addressed to Jerri Winfield, Contract Specialist at jerri.winfield@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d95f054fc3aa89458d8f0dd072bcb6e&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Mississippi 144 Military Drive, Jackson MS<br />
- Zip Code: 39208-8860<br />
- Zip Code: 39208-8860<br />
- Record
- SN01638312-W 20080814/080812225717-7d95f054fc3aa89458d8f0dd072bcb6e (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 |