Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
SOURCES SOUGHT

25 -- Repair/Rebuild ARGO Mechanical Tachographs

Notice Date
9/22/2005
 
Notice Type
Sources Sought
 
NAICS
336350 — Motor Vehicle Transmission and Power Train Parts Manufacturing
 
Contracting Office
USPFO for Texas, ATTN: Contracting Officer, P.O. Box 5218, Austin, TX 78763-5218
 
ZIP Code
78763-5218
 
Solicitation Number
W912L1-05-R-5046
 
Response Due
9/26/2005
 
Archive Date
11/25/2005
 
Small Business Set-Aside
N/A
 
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 document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-05 Effective 26 Aug 2005. Reference number W912L1-05-R-5046 must be referenced in your response. The North American Industry Classification System code for this synopsis/solicitation is 336350 and the associated small business size standard is 750 employees, NSN: 6680-01-096-3299, mechanical tacho graph. Approved source is Zepco Sales & Service Incorporated, Cage 0LF73, and PN: TCO-15-7. FOB Destination/Inspection and acceptance at Destination. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items , Alternate I; FAR 52.212-4- Contract Terms and Conditions-Commercial Items; FAR 52.212-5- Contract Terms and Conditions Required to Implement Statute s or Executive Orders-Commercial Items Deviation; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action For Workers W ith Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Awa rd; 52.242-15, Stop-Work Order; FAR 52.246-1, Contractor Inspection Requirements; 52.246-4, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by Reference may be accessed in full text at http://farsite.hill .af.mil, http://www.arnet.go v/far, http://www.dtic.mil/dfars; FAR 52.252-2, Clauses incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 252-6, Authorized Deviations In clauses; DFARS 252.204-70 03, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Request; DFARS 252.247-7023. All offers shall include a completed written copy of FAR 52.212-3, Offeror Representations and Certifications  Commercial Items; FAR 52.212-4  Contract Terms and Conditions  Commercial Items and FAR 52.212-5  Contract Terms and Conditions Required to I mplement Statutes or Executives Orders  Commercial Items. Responses may be submitted on company letterhead stationary and must include the following information: Reference Number, Payment Terms, discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certificati ons-Commercial items, Alternate I. Additional information: be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an applicat ion at (888) 227-2423 or through the CCR website at http://www.ccr.gov. All offers shall be submitted in writing no later than close of business, 5:00 PM CST on Monday, September 26, 2005 to the Contracting Officer  Linda S. Janak at USPFO For Texas, PO Box 5218, Austin, Texas 78763-5218 or email at contracting@tx.ngb.army.mi l. The contract will be for a base year an d one (1) option year. Scope of Work: to Repair/Rebuild ARGO Mechanical Tachographs (NSN: 6680-01-096-3299, Part Number: TCO-15-7) for military tactical wheeled vehicles: M915A1 Line Haul Tractor NSN: 2320-01-125-2640; M916 Light Equipment Transporter (LET) NSN: 2320-01-028-4396; M917 20 Ton Dump Truck NSN: 3805-01-028-4389 and M920 Mediu m Equipment Transporter (MET) NSN: 2320-01-028-4389 for the Texas-Readiness Sustainment Maintenance Site, RSMS. The tachographs will be completely disassembled to include the removal of all hardware. The tachographs will then be rebuilt/repaired to the O EM specification and completely reassembled. The contractor shall provide all management, tools, supplies, materials, equipment and qualified labor. The tachographs as a minimum will have an operational lock with key, lens replacement, lens lights, clock ed to zero miles/hours, calibrated and restored to OEM specifications. The TX-RSMS inspection section will monitor the quality of repairs through Receiving, In Process and Final Inspections. Any non-conforming tachograph will be returned to the contracto r for re-work. TX-RSMS will provide the contractor with repairable cores. The repaired product will have a one year contractor warranty from the date the tachograph is received from the contractor. There is a minimum of six (6) tachographs per month, wi th an estimate of sixty (60) to one-hundred and fifty (150) tachographs per year. TX-RSMS will ship core tachographs to the contractor and the contractor will be responsible for shipping the repaired product back to Saginaw, Texas. For technical question s, please contact Dennis Meredith @ 817-232-4158 ext 1861 or Robert Bagwell @ 817-232-4158 ext 1862, for administrative questions; please contact Contracting Officer  Linda Janak @ 512-782-5530 or email, linda.janak@tx.ngb.army.mil.
 
Place of Performance
Address: Texas Readiness Sustainment Maintenance Site 748 East McLeroy Saginaw TX
Zip Code: 76179
Country: US
 
Record
SN00901667-W 20050924/050922212245 (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.