Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2008 FBO #2554
SOLICITATION NOTICE

25 -- Repair Brakes for Trucks & Trailers

Notice Date
11/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-09-R-5700
 
Response Due
11/24/2008
 
Archive Date
12/10/2008
 
Point of Contact
Linda M. Ehrhart,, Phone: 7852741542
 
E-Mail Address
linda.ehrhart@ng.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 FAR 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 W912JC-09-R-5700 is issued as a Request for Proposal (RFP). Base year contract starts 1 January 09 thru 31 December 09 with the option for three additional one-year periods. The award will contain an option to negotiate an additional two-year extension to the contract if price is considered acceptable and if contractor performance is satisfactory or better. Upon execution of any option year, a percentage increase may be negotiated to reflect current market prices. Estimated work is $150,000 per year. This estimate is not a representation to the contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. This Requirements Contract is to provide Brake Drum turning and relining Brake Shoes for the following equipment: M939 Series 5T Cargo Vehicles and LMTV and FMTV vehicles: (total approx. 300 per year) M939 Series includes: M923, M925, M927, M928; all models Basic, A1 and A2 LMTV and FMTV: TM 9-2320-365-24P,M939 Series: TM 9-232-272-24P-1 thru 2,M870 Series Trailers:,M870 series include: M870, M87I and M872 all models Basic, AI, A2 and A3: (total approx. 125 per year),M871, Al and A2: TM 9-2330-358-I4&P,M872 A1, A2 and A3: TM 9-2330-359-24&P,M149 series trailer: TM 9-2320-267-I4&P,M101 series: Basic Al and A2 (total approx. 75 per year): TM 9-2330-202-14&P This model only requires DRUM turning. Proposals must include the following information: a) unit price per NSN based on an estimated yearly total requirement : End ItemLocationNSN M939 SeriesBrake Shoe Set Front & Rear 2530-01-286-32574 per set M939 Emg BrakeParking Brake Shoe2530-01-140-0107each M939 SeriesBrake Drum2530-01-138-2015Each M872, A1 & A2Brake Shoe2530-01-257-6443each M871A1Brake Shoe2530-01-241-3216each M872A3Brake Shoe2530-01-179-7640each M872 SeriesBrake Drum2530-01-049-8623each M870A1Brake Shoe Set2530-01-330-1962KT M101 SeriesBrake Drum2530-01-148-7074each M1078 LMTV &Brake Drum2530-01-360-5954each FMTVBrake Shoes 2530-01-361-23464 per set M149 SeriesBrake Drum2530-00-741-1425each Brake Shoes2530-00-693-1007each b) the time of shipment after receipt of asset, c) sufficient information indicating the ability to repair these brakes/drums. All work and new product must meet the military specifications as outlined in Technical Manuals available on the LOGSA website. d) past performance information; a list of prior contracts for this item awarded within the past 3 years. The information shall include point of contact, mailing address, telephone number, contract number and dollar amount. First Article Test will be required prior to award, unless you have performed this contract previously for the Kansas Army National Guard, Readiness Sustainment Maintenance site (RSMS), Ft. Riley Kansas. First Article Test for M939 series 5T cargo truck will be 6ea turned Drums and 12ea shoes relined. Also 2ea relined shoes for the emergency brake. First Article Test for M870 trailer will be 6ea turned Drums and 12ea Shoes relined. First Article Test for M872 trailer will be 6ea turned Drums and 12ea shoes relined. Vendor will be paid for First Article tests upon successful inspection by RSMS. The proposal shall include pricing for the base year, option year one, and two. Price shall be FOB destination Camp Funston, Fort Riley and/or 3600 Airport Road Salina, Ks 67401. All Drums/Shoes will be picked up at Ft. Riley and Salina and delivered back to Ft. Riley and Salina. In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. Multiple awards will not be issued. This procurement is a small business set-aside. Small business size standard $6.5 million. The NAICS is 811118. Proposals shall be evaluated as Lowest Price Technically Acceptable to the government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non cost factors. Every item must be bid to be qualified as technically acceptable. RSMS-KS reserves the right to visit vendors shop facilities to examine in-shop Drum/Shoe repair/service. This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-27. All clauses and provisions as of the date of the notice apply to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer –Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. For technical questions please e-mail to: linda.ehrhart@us.army.mil Any change in specification shall be authorized only by the Contracting Officer and will be issued by written addendum. Notification of any change shall be via the web site at: https://www.fbo.gov/. Offers are due by 2 PM, November, 2008. Either mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170, fax to (785) 274-1642, Attn: Linda Ehrhart or e-mail to linda.ehrhart@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=32e3822a406f5aee1ce5c492298253ab&tab=core&_cview=1)
 
Place of Performance
Address: RSMS, Ft. Riley/Salina KS, United States
 
Record
SN01708686-W 20081123/081121215306-32e3822a406f5aee1ce5c492298253ab (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  © 1994-2020, Loren Data Corp.