Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOLICITATION NOTICE

23 -- Wrecker Repair - (Draft)

Notice Date
5/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811113 — Automotive Transmission Repair
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-17-T-0035
 
Archive Date
6/7/2017
 
Point of Contact
Verdis L. Hall, Phone: 9048230552
 
E-Mail Address
verdis.l.hall.mil@mail.mil
(verdis.l.hall.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Instructions of Offeror 52.212-3 Alt I DOL Wage Rates This specification covers Allison transmissions repair parts, labor and service on a Florida Army National Guard (FLARNG) vehicle. The FLARNG has a M984A4 truck recovery vehicle that is non-mission capable and requires local contractor maintenance support. The transmission installed on the wrecker is the Allison 4500 SP/5-speed automatic. 1.1 Background. The transmission is skipping gears and the vehicle will not accelerate beyond 35 mph. After further diagnostic testing it was discovered that the transmission modules are malfunctioning, which requires an external diagnostic machine to ensure transmission is working properly. The FLARNG does not possess the equipment necessary to complete the diagnostics and repair of the transmission. 1.2 For this reason, the contractor must have the knowledge, skill and abilities to expertly diagnose, install, test and warranty work on the above mentioned equipment. The contractor shall provide all parts requirements to properly repair the transmission, to include but not limited to the replacement of the Internal Harness, the PCS3 Solenoid, the SS1 Solenoid and all necessary gaskets/seals. 1.3 The contractor shall perform labor in accordance with the MAC chart to properly diagnose, drop, inspect, and repair/install new the identified parts to professional standards established by the Automotive Service of Excellence (A.S.E.) and warranty the workmanship for a minimum of one (1) year from the date of full acceptance of the work. 1.4 The vehicle is located at Field Maintenance Shop number 2 (FMS 2) on North Howard Avenue, Tampa, Florida 33606. The vehicle shall be transported to the contractor by a government representative, according to a pre-determined period of performance. 2.0 MATERIALS: 2.1 Materials must meet or exceed the standard in the industry for improvement of the services to be performed and conforms with respect to the specifications. At a minimum the contractor is expected to replace the Internal Harness, the PCS3 Solenoid, the SS1 Solenoid and all necessary gaskets/seals 2.2 The contractor is responsible for purchasing, replacing and warranting any parts associated with the repair of this vehicle. NOTE: The electronic systems on the vehicle are very complex, so gray (no refurbished or generic) parts are not to be used. 3.0 QUALITY ASSURANCE: 3.1 Should any material be found defective, not meeting specifications, or that which has not been approved in writing by the owner shall, upon discovery (including any time within the period of the guarantee), be replaced with the specified equipment or material at no additional cost to the FLARNG. 4.0 WARRANTY: 4.1 The Contractor shall guarantee all of the work that is performed under this contract, including all materials, workmanship, for a minimum of one (1) year from the date of full acceptance of the work. 5.0 DISCREPANCIES: 5.1 If there are discrepancies in the specifications, the Contractor shall ask for a clarification from the FLARNG prior to solicitation closing. 5.2 If no clarification is requested, the FLARNG’s judgement shall rule. 6.0 CONTRACT COMPLETION: 6.1 The Contractor shall complete this contract within thirty (30) calendar days from date given notice to proceed. Additionally, all work is to be performed during normal business hours. 7.0 CLEAN-UP: 7.1 Contractor is responsible for the removal and disposal of all hazardous wastes or material. 8.0 Evaluation of Proposals 8.1 Bids will be evaluated by Low Price Technically Acceptable (LPTA). LPTA evaluation is low price and technically acceptable by the FLARNG. Only electronic submissions through www.fbo.gov will be accepted. The LPTA evaluation criteria will be utilized in the following competencies: a. A.S.E. Certified credentialing in the above notated expertise b. Previous work performance documented in like work performance c. Best price offered d. Proposed work performance schedule 9.0 Period of Performance 9.1 This project is a high priority for the FLARNG and is expected to be completed within 30-days of award. Extensions required due to parts shipments or other project delays will be considered by the FLARNG. PARTS LIST 1. Internal Wiring Harness – NIIN: 01-541-0650; QTY required 1 ea 2. PCS3 Solenoid (Pressure Control Switch) – NIIN: 01-541-2277; QTY required 1 ea 3. SS1 Solenoid (Speed Sensor – NIIN: 01-541-2277; QTY required 1 ea 4. Gasket – NIIN: 01-188-5981; QTY required 1 ea 5. The electronic systems on the systems are very complex, so gray (no refurbished or generic) parts are not to be used.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-17-T-0035/listing.html)
 
Place of Performance
Address: 2801 Grand Ave, Pinellas Park, FL 33782. Note: Work shall be performed at contractors location., Pinellas Park, Florida, 33782, United States
Zip Code: 33782
 
Record
SN04510490-W 20170518/170516234725-5e3894581ce061ca6ecd3cad639c86be (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.