Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
SOLICITATION NOTICE

30 -- Rebuild and Dyno Test Transmissions

Notice Date
12/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811113 — Automotive Transmission Repair
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-12-T-0004
 
Response Due
1/3/2012
 
Archive Date
3/3/2012
 
Point of Contact
David A Oglesby, 601-313-1636
 
E-Mail Address
USPFO for Mississippi
(david.oglesby@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 is a Combined Synopsis/Solicitation to Rebuild and Dynamometer (Dyno) test Allison CLT 755 and 4500 SP Transmissions, in accordance with the format in FAR 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-12-T-0004 is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-54. This solicitation is set aside 100% for small business and is restricted in accordance with FAR 19.502-2(b). NAICS is 811113 and Small Business Size Standard is $7.0 million. The resultant contract will be for an estimated quantity of 20 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 LTC David Oglesby at david.oglesby@us.army.mil. The Mississippi Readiness Sustainment Maintenance Site (MSRSMS) will furnish Allison CLT 755 (P/N E000641) and 4500 SP (P/N E012067) transmissions for rebuild in the following condition: Aftermarket parts are not acceptable. All repair parts, reused hard parts, and components will meet Allison OEM factory specifications. The entire transmission must comply will Allison's specifications as listed in the Allison Service Manual. 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. 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 LTC OGLESBY AT THE ABOVE MENTIONED EMAIL ADDRESS FOR A COMPLETE, DETAILED PWS. 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 CLT 755 and 4500 SP 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 FAR/DFARS Clauses and Provisions apply to this Synopsis/Solicitation: 52.204-7, Central Contractor Registration (Apr 2008); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); 52.212-2, Evaluation - Commercial Items (Jan 1999); 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items (Apr 2011); 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, (Nov 2011); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, FOB Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporate by Reference; 52.219-28, Post-Award Small Business Program Representation; 252.201-7000, Contracting Officer's Representative; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.204-7004, Alt A, Central Contractor Registration (Sep 2007); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Oct 2011); 252.225-7000, Buy American Act - Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.247-7023 Alt III, Transportation of Supplies by Sea; 252.225-7035, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate; 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2010); and 252.225-7031, Secondary Arab Boycott of Israel (Oct 2006). Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items Alt I (Apr 2011) and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. Full text of these clauses and provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. The proposal is due no later than 4:00 P.M., Tuesday, January 3, 2012 to NGMS-PFO-PC, Attn: LTC David Oglesby, 144 Military Drive, Jackson, MS 39232-8861. Proposals may be faxed to (601) 313-1569. CCR is a mandatory requirement for all DoD Government contracts. To register online, go to http://www.ccr.gov. POINTS OF CONTACT: Technical questions regarding operation, etc. may be addressed to Mr. Willie Hinton at (601) 558-2966; e-mail willie.hinton@us.army.mil. Questions regarding contractual documents may be addressed to LTC David Oglesby, Contract Specialist at david.oglesby@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-12-T-0004/listing.html)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
 
Record
SN02643657-W 20111223/111221234814-1f4b7afda1bf63e8e4464954a06b8786 (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.