SOLICITATION NOTICE
25 -- BRAKE ADJUSTING KITS
- Notice Date
- 8/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336340
— Motor Vehicle Brake System Manufacturing
- Contracting Office
- USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-10-T-0045
- Response Due
- 8/26/2010
- Archive Date
- 10/25/2010
- Point of Contact
- ANGELA DUREN, 601-313-1700
- E-Mail Address
-
USPFO for Mississippi
(angela.duren@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This solicitation number W9127Q-10-T-0045 is issued as a Request for Quotes for Brake adjusting kits. This is a mandatory replacement part required for the 900 series 5-ton truck production. 1800(quantity) BRAKE ADJUSTING KITS PER FAR 52.211-6 KIT MUST BE EQUAL TO MANUFACTURER: MERITOR OR TRUCK TRAILER TRANSIT. MFR PART NUMBER: KIT-1164. NSN#2530-01-278-7364. KIT MUST CONTAIN THE FOLLOWING COMPONENTS a. Plunger assembly with 2ea. spring pawls PN# A-3280-V-8186, 2ea. b. Adjuster Seal, PN# 1205-c-2005, 2ea. c. Adjuster bolt,PN# A-2297-V-5326. 2ea d. Shoe return spring, PN# 2258-S-1033. 2EA All questions and answers must be in writing. Email all questions to angela.duren@us.army.mil and willie.hinton@us.army.mil. Technical questions regarding this requirement may be addressed to Mr. Willie Hinton 601-558-2966. Place of performance is NGMS-DOL- RSMS 6506 Warehouse Ave. Camp Shelby, MS 39407. PARTIAL DELIVERY WILL BE ACCEPTED IF DELIVERY IS 200 KITS OR MORE. 1st DELIVERY IS EXPECTED TO BE AROUND 1 SEPT 2010, THEN 200 MORE EVERY 15 DAYS UNTIL DELIVERY OF 1800 KITS IS COMPLETED. FAILURE TO DELIVER AS DESCRIBED COULD RESULT IN CANCELLATION OF THIS ORDER. This solicitation is 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. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-43. This solicitation is 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). NAICS is 336340. Small Business Standard is 750. The following clauses apply: Central Contractor Registration, 52.204-7; FAR 52-212-1, Instructions to Offerors (Oct 2001); FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, (May 2001); 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 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 52.222-43, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.219-14, Limitation on Subcontracting, Additional applicable FAR Clauses: FAR 52.247-34 FOB Destination. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 2001) 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, Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation. Quotes are due no later than 12:00 P.M., August 26, 2010, to USPFO-MS, Attn: Angela Duren, USPFO P & C, 144 Military Drive, Jackson, MS 39232-8860. Quotes can be emailed to angela.duren@us.army.mil or faxed to (601) 313-1569. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-10-T-0045/listing.html)
- Place of Performance
- Address: NGMS-DOL-RSMS 6506 WAREHOUSE AVE. CAMP SHELBY MS
- Zip Code: 39407
- Zip Code: 39407
- Record
- SN02239395-W 20100814/100813000334-ea5c8fa9c68a5cd460b0d8cfc7f3bdf3 (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 |