Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
MODIFICATION

30 -- MT654 Allison Transmission Overhaul

Notice Date
11/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
811113 — Automotive Transmission Repair
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-10-R-5701
 
Archive Date
1/6/2010
 
Point of Contact
Robert M. Parvin, Phone: 785-274-1944
 
E-Mail Address
robert.parvin@us.army.mil
(robert.parvin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Simplified Acquisition Procedures will be utilized. This announcement constitutes the only solicitation and a written solicitation will not be issued. This is a full and open competition under NAICS code 811113 (Automotive Transmission Repair). Solicitation reference number W912JC-10-R-5701 is issued as a Request for Proposal (RFP) for the overhaul of the MT654 Allison Transmission NSN: 2520-01-117-3010. See NMWR reference 9-2520-594 attached. Contract Type and Estimated Quantities: This solicitation will be awarded as an Indefinite Delivery – Indefinite Quantity Firm Fixed Price contract. The base year contract begins approximately February 2010 thru January 2011 with the option for four additional one-year periods. The additional one year contract options are exercised if the product performance and customer service from the contractor is deemed to be of a satisfactory or better nature. The estimated quantities: Maximum quantity 150 each 1st contract base year and 150 each thereafter for each option year exercised with a minimum qty of 40 per year. Offerors shall base proposals on the stated guaranteed minimum quantities for the purpose of a contract award. Any discounts offered based on quantities greater than the stated minimum shall be welcome but not considered for the purposes of the contract award. The contract award will be made to the top two submitted RFP’s total average of the base year and all option years provided the proposals and the First Article has been designated technically acceptable. Schedule: Offerors shall submit a delivery schedule in accordance their anticipated monthly capabilities. Offerors should have the capability to overhaul at least the estimated maximum of 150 (per vendor) MT654 Allison Transmissions in accordance with Allison Standards within the prescribed contract year (max required 25 per month). Actual or perceived misrepresentations of the offeror’s overhaul capacity discovered prior to or after contract award are subject to being deemed non-responsive or contract termination for the convenience of the Government. -Awarded contractor will also provide a weekly status report of the MT654 Transmission overhaul. The status report will include but is not limited to nomenclature, P/N, order #; qty left on order, qty at facility, lead time and estimated delivery date. Pick-up and deliveries will be made at the KS-Readiness Sustainment Maintenance Site (RSMS), Camp Funston-BLDG 1598, FT Riley, KS 66442. Technical: Offerors must submit a proposal that includes detailed information about their overhaul process as a requirement of technical acceptability standards to be considered for an award. A proposal that merely reiterates or promises to accomplish the requirements of the RFP will be considered non-responsive. The OEM holds the proprietary technical specifications. This acquisition of services is restricted to qualified Allison Transmission technicians with the required tool pack for service and overhaul process in order to maintain the quality of the MT654 Transmission. Any offerors submitting a proposal without the appropriate qualifications will be dismissed without discussion as not being technically acceptable to the Government’s requirements. Firms that recognize and can service the required item described above are encouraged to submit a proposal. - Mandatory replacement parts irrespective of MT654 Transmission Core condition (see attached). - Transmission will be painted (color and type to be determined). - Each overhauled transmission shall contain its own Dynamometer report. - Explain process required to overhaul the MT654 Allison Transmission from receipt of core to Dyno test and shipment back to KS-RSMS for technical evaluation of proposal. - The awarded offeror shall designate one overall Point of Contact concerning all aspects of this contract responsible for communication concerning quality issues and overall contract performance. - On time deliveries to include the ratio of successful inspected items in comparison with Quality Deficiency Reports (QDR’s). An awarded offeror’s expected learning curve shall result in less than a 5% monthly QDR report of which is averaged on an annual basis to assist in determining if option years will be extended. The Government recognizes and expects the learning curve to vary between offerors and is taken into consideration. Cost: The award will be determined by the offer that is Lowest Price and Technically Acceptable. A technically acceptable proposal is one in which the contractor meets all requirements listed in the solicitation. Proposals unrealistically high or low in price, when compared to the Government estimate, and market conditions evidenced by other competitive proposals received, may be indicative of an inherent lack of understanding of the solicitation requirements and may result in proposal rejection without discussion. Any inconsistency, whether real or apparent, between proposed performance and price must be clearly explained in the price proposal. For example, if unique and innovative approaches or conditions are the basis for an unbalanced/inconsistently priced proposal, the nature of these approaches and their impact on price must be completely documented. -Delivery costs of the MT654 transmission shall be borne by the awarded contract offeror to and from the KS-RSMS and therefore offerors should take this into consideration when submitting a proposal. The proposal should include details concerning the shipping method of the transmission cores. The KS-RSMS will provide transmission cradles for the purpose of shipping to and from the KS-RSMS facility if requested in the proposal by the offeror. Returned Transmissions should be sufficiently covered or crated to protect the completed cores against miscellaneous damage. First Article: First article to be provided to customer (KS RSMS) within 15 working days of core pick up for evaluation. Successful inspection of first article by KS RSMS is required prior to award. The submitted proposal shall include the cost of the first article but this cost is not included in the final award determination. Any offeror that has previously performed this service for the KS-RSMS within the past two years in a technically acceptable manner is exempt from the first article requirement. First article approval will be in accordance with FAR 52.209-3 for which paragraph a-g will apply. Clarification of Standards: This overhaul procedure is required to return the MT654 Transmission to a FULLY SERVICEABLE condition IAW Allison Transmission overhaul standards. The transmission will be rebuilt to all OEM torques and settings; therefore items received for repair will NOT be reconfigured to cause a change in the model designation. This procedure is NOT a reconditioning as defined by FAR PART 52.211-5 MATERIAL REQUIREMENTS, which means restored to the original normal operating condition by readjustments and material replacement as needed. The mandatory replacement parts attached to this solicitation do apply (ref NMWR 9-2520-594). -It shall be the obligation of the offeror to exercise due diligence to discover and to bring to the attention of the Contracting Officer at the earliest possible time any ambiguities, discrepancies, inconsistencies, or conflicts in or between the specifications and the applicable drawings or other documents incorporated by reference herein. The offeror may, at the discretion of the Contracting Officer, be asked to provide clarifications regarding their proposals. The offeror shall be held responsible for the validity of all information supplied in their proposal. Should subsequent investigation disclose that the facts and conditions were not as stated; the proposal and/or award may be terminated for the convenience of the Government due to non-technical acceptability of Government requirements. Warranty: KS RSMS is requiring the awarded contractor(s) to provide a 1 year warranty from date of installation or 18 months from date of shipment from supplier (whichever occurs first) for each overhauled MT654 transmission core. The warranty will only be applicable to the workmanship and not misuse. If the transmission fails incoming inspection the KS RSMS will log the failure on a quality deficiency report (QDR) and contact awarded contractor(s) for corrective action. The contractor(s) must be able to service these units within the warranty period on-site within the Continental United States and should consider this factor when submitting a bid. Past Performance: Information should include a list of prior contracts for this item awarded within the past 3 years if applicable. The information shall include a valid point of contact, mailing address, telephone number, contract number and dollar amount. It is incumbent upon the offeror to include the most current contact information of prior contracts. Not doing so or having negative past performance with a previous vendor may cause the offeror to be found not technically acceptable and removed from consideration of award. -Past Performance while not a sole indicator of the offerors ability to meet the Government’s requirement, it is still a consideration factor to assess an offeror’s technical acceptability (i.e. the lowest price that meets the Government’s technical requirement will be awarded). The responsibility of clarifying corrected past performance issues is solely incumbent upon the offeror. The final determination is at the discretion of the Contract Officer making the award. Proposed Deviations: If the offeror takes exception to any of the requirements specified in this solicitation, the offeror shall clearly identify each such exception and include a complete explanation of why the proposed deviation was made and what benefit accrues to the Government. All deviations should be accompanied with supporting rationale and clearly labeled "Deviation". An addendum is only required if the offeror takes exception to any requirement in the solicitation. (The Addendum does not have a page limitation, but shall only include information relevant to exceptions taken to the solicitation requirements.) The Government will assume an offeror takes no exceptions to any solicitation requirement if the offeror does not submit an addendum identifying proposed deviations. Offerors are advised that solicitation requirements are not necessarily negotiable and such deviations may render an offeror's proposal unacceptable and ineligible for award. Proposal Preparation Instructions: These instructions prescribe describe the approach for the development and presentation of the proposed data. The proposal shall include all of the information requested in the specific instructions. Failure to include all information requested may result in the dismissal of a proposal as non-responsive. This RFP does not commit the Government to pay costs incurred in preparation and submission of proposal information. -Proposal format is subjective to the offeror’s preferred format that is orderly and sufficiently documented. Offerors are cautioned to submit enough information to enable the Government to fully ascertain each offeror’s capability to perform all of the requirements for a fair and thorough evaluation. It is requested that the priced items of the proposal are listed separately on their own page. -All commitments made in the proposal may become a part of the resultant contract. The data submitted with each proposal should be complete and concise, but not overly elaborate. Any materials submitted but not required by this solicitation, (such as company brochures), shall be relegated to appendices. Excessive reliance on promotional brochures is discouraged. Elaborate format and binding are neither necessary nor desirable. Submit proposals to the attention of CPT Robert M. Parvin, 2737 Kansas Ave, Topeka, KS 66611 or via e-mail at robert.parvin@us.army.mil not later than 2pm Central Standard Time on the designated response date listed in this Synopsis/Solicitation. Amendments: The right is reserved, as the interest of the Government may require, to revise or amend, the solicitation, specifications prior to and/or after the date set for receipt of proposals, as necessary. Such changes, if any, will be announced by an amendment or amendments to this Request for Proposal. All information relating to this RFP, including pertinent changes/amendments and other information applicable prior to the date set for receipt of proposals will be posted on the following website: www.fbo.gov. Though every effort will be made to provide email notification when a change is posted, such notification is NOT guaranteed and should not be expected. Offerors are strongly cautioned to check this site frequently and to “refresh” their web page to ensure they have the latest information. Applicable Clauses: In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. The Offeror’s Reps and Certs are to be updated through the ORCA website at https://orca.bpn.gov/. This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-28 effective as of 12 Dec 2008. All clauses and provisions as of the date of the notice apply to this solicitation. The Government reserves the right to unilaterally add or remove clauses to this Solicitation if omitted or included through simple oversight (G.L. Christian & Associates v. US, 312 F.2d 418 (Ct. Cl. 1963) to include applicable new Federal/DoD/Army regulations that should take effect during the terms of the contract. The provision at FAR 52.212-3, Offerors 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 52.219-8, Small Business Subcontracting Plan 52.219-14, Limitations on Subcontracting 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 52.225-13, Restrictions on Certain Foreign Purchases 52.225-3, Buy American Act – Free Trade Agreements – Israeli Trade Act 52.225-5, Trade Agreements 52.232-33, Payment by Electronic Funds Transfer –Central Contractor Registration Clauses incorporated by reference to this solicitation as shown below: 52.209-3, First Article items a-g 52.216-18, Ordering Act 52.216-19, Order Limitations 52.216-22, Indefinite Quantity 52.217-9, Option to Extend the Term of the Contract 52.232-25, Prompt Payment 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 questions please e-mail robert.parvin@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-10-R-5701/listing.html)
 
Place of Performance
Address: Camp Funston Bldg #1598, FT Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN02009952-W 20091125/091124000117-65129415982ecf2efe1417eb46daf1e5 (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.