Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
SOLICITATION NOTICE

25 -- REBUILD OF ALLISON MODEL MT654CR TRANSMISSIONS

Notice Date
8/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
DAHA22-03-R-0011
 
Response Due
9/5/2003
 
Archive Date
11/4/2003
 
Point of Contact
nancy.munroe, 601-313-1618
 
E-Mail Address
USPFO for Mississippi
(nancy.munroe@ms.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a Combined Synopsis/Solicitation for Rebuild of Allison Model MT654CR Transmissions 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 DAHA22-03-R-0011 is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are in effect through Fede ral Acquisition Circular 01-15. This solicitation is 100% small business set aside and is restricted in accordance with FAR 19.502-2(b). Numbered Note 1 applies. NAICS is 811113, Small Business Standard is $6,000,000. The resultant contract will be a requ irements contract, base year with option to extend the contract one additional year. Individual task orders shall be placed against the contract when the Government has a requirement for the services. Item 0001--Base Year, Estimated Qty--168; Item 0002-- Option Year, Estimated Qty--168. The Mississippi Readiness Sustainment Maintenance Site (MSRSMS), Camp Shelby, MS will furnish transmissions for rebuild in the following condition: 1. Transmission will be tagged with the following information: Serial Numb er; Manufacture Part Number; & Model Number 2. Transmission will be complete with torque converter. 3. Transmission will not have been disassembled. 4. No broken or missing external components. 5. Input and output shafts must rotate freely 360 degrees. 6. Transmissions with cracked housings will not be sent. (If one is sent to the contractor, it will be returned to the MSRSMS without repair.) Contractor will perform, as a minimum, the following rebuild procedures: 1. Transmission will be completely dis assembled and all parts/components will be inspected for serviceability. All repair parts, reused hard parts and components will meet Allison Original Equipment Manufacturer (OEM) factory specifications and the entire transmission must comply with Allison ’s specifications as listed in Allison Service Manual P/N SA1546. 2. As a minimum, the following parts must be replaced: a. All seals. b. All gaskets. c. All bearings. d . All filters. e. All hard parts and components that are damaged and/or do n ot meet Allison’s OEM specifications. 3. Transmission and Torque Converter must pass a Final Test, which includes, as a minimum: a. Leak Test. b. Dynamometer Test. 4. The Dynamometer Test must include as a minimum: a. Warm up period b. Idle Test that includes Main Oil Pressure Test. c. Stall Test that includes Torque Test at specified input RPM. d. Clutch Test that includes Main Oil Pressure Test in each gear. Oil Pressure must not vary more that allowed by Allison Service Manual. e. Full Thr ottle Up shift Test that includes RPM for each shift point. f. Closed Throttle Up shift Test that includes RPM for each shift point. g. Downshift Inhibitor Test, which includes RPM for each shift point. h. Reverse Test that includes Main Oil Pressure Te st, Reverse Signal Pressure Test, Converter Flow Test, and Lube Oil Pressure Test. i. Full Load Governor Speed Test that includes Main Oil Pressure Test. j. All required adjustments must be completed to meet requirements listed in the Allison Service Ma nual. k. All pressures and RPM’s must be recorded. 5. The Dyno Report, containing the above information (Para 3&4), transmission serial number, and rebuilding contractors work order number must be provided to the MSRSMS along with the respective tra nsmission. 6. Transmissions must be affixed with a metal data plate that includes the assembly number, part number, and serial number stamped in the plate. 7. Transmission must be painted flat black. 8. Transmission must be palletized and sealed in a we ather protective covering/container. 9. Only transmissions received from MSRSMS will be returned to MSRSMS. This will be a rebuild and return program. The co ntractor will pay all transportation costs to and from the MSRSMS, Camp Shelby, MS. As a minimum, all rebuilt transmissions must include a 1- year warranty. Warranty will include all parts and labor. All warranty repairs will be picked up and delivered b ack to the MSRSMS. Contractor will bear shipping costs for all warranty repairs. 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. Workload will be a min imum of 10 transmissions per month , average of 14 per month but the contractor must have the capability of 18 per month with a three-week turn around period. The following clauses apply: FAR 52-212-1, Instructions to Offerors (Oct 2001) FAR 52.212-2--Ev aluation--Commercial Items (Jan 1999): The following factors will be used to evaluate offers: I. Technical. Firm must provide proof as being a certified Allison dealer. II. 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. III. Past Performance: Provide a list of 3 references to include name, address, point of contact, telephone numbers and dollar value which provides evid ence of repairs to Allison MT 654CR transmissions; 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 – 52.222-21, 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; 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration; 52.232-36, P ayment 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 Reme dies; FAR 52.247-34 FOB Destination. Additional applicable FAR Clauses: FAR 52.216-18, Ordering (Oct 1995). (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individu als or activities designated in the Schedule. Such orders may be issued from time of contract award through September 30, 2004; 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this con tract in an amount of less than 10 transmissions, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -(1) Any order for a single item in excess of 18 transmissions; (2) Any order for a combination of items in excess of 18 transmissions. (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering o ffice within 7 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 5 2.216-21,Requirements (Oct 1995). This is a requirements contract for the supplies and effective for the period stated. The quantities of supplies specified are estimates only. Except as this contract may otherwise provide, if the Government’s requirements do not result in orders in the quantities described as estimated’’ or maximum, that fact shall not constitute the basis for an equitable price a djustment. Any order issued during the effective period of this resultant contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Governm ent’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after October 21, 2004. 52.217-9, Option to Extend the Term of the Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminar y written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed beyond September 30, 2005. 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984). Offers must include a c ompleted 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: 2 52.204-7004, 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 ht tp://www.arnet.gov or http://farsite.hill.af.mil The proposal is due no later than 4:30 P.M., September 5, 2003, to USPFO-MS, Attn: Nancy Munroe, P & C, 144 Military Drive, Jackson, MS 39208-8860. Certifications and Representations must be submitted with the proposal. Proposal 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 Major William King at (601) 558-2977. Questions regarding contractual documents may be addressed to Nancy Munroe, Contracting Officer, at (601) 313-1618 or nancy.munroe@ms.ngb.army.mil. The Contracting Office’s web site is located at http://www.ngms .state.ms.us/uspfo/.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA22/DAHA22-03-R-0011/listing.html)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN00400468-F 20030815/030813223402 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.