Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

J -- Rebuild Twin Disc Torque Converter

Notice Date
1/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z1529342AQ01-RebuildTorqueConverter
 
Archive Date
2/16/2010
 
Point of Contact
Kevin D. Flores, Phone: 7074247773, Brenna K Loseke, Phone: 707-424-7761
 
E-Mail Address
kevind.flores@travis.af.mil, brenna.loseke@travis.af.mil
(kevind.flores@travis.af.mil, brenna.loseke@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a posting 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. The solicitation number is F3Z1529342AQ01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective 10 Sep 2009, DCN 20090825, and AFAC 2009-0803. This acquistion will be solicited as total small business set aside. The North American Industry Classification System (NAICS) code is 811310. The business size standard is $7.0M.The Federal Supply Class (FSC) is J099. The Standard Industrial Classification (SIC) is 3714. Requirement Description: Service performed to rebuild Twin Disc Torque Converter CLIN 0001: Rebuild Twin Disc Torque Converter Model 8-MLW-1755-1, BOM 66614; clutch hub has marginal notching; rebuild will include but is not limited to replacing all wear parts (bearings, seals, gaskets, o-rings, clutch plates, the clutch hub, the 12 VDC solenoid.) All parts and labor to be included in the price. The vendor will provide all labor, equipment, tools, materials, and transportation necessary to perform the work required to perform the rebuild and warranty certification. CLIN 0002: The vendor is to perform an on-site run off prior to installation to provide for warranty certification. The warranty must meet the following (but is not limited to them) warrants remanufactured units against failures caused by defective service parts or workmanship for a period of twelve (12) months or 1000 hours of operation from the date of shipment. Cover normal labor and parts required for the repair. Award shall be made in the aggregate, all or none. The following provisions/clauses apply to this solicitation: FAR 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price, FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, FAR 52.233-4 Applicable Law for Breach, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-50 Combating Trafficking in Persons, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.204-7003 Control of Government Personnel Work Products, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea (ALT III), 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil, 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2, 252.212-7001 Contract Terms and Conditions (Deviation), 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance, 5352.201-9101 Ombudsman, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to kevind.flores@travis.af.mil or fax to 707 424 2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries must be submitted by 01 Feb 2010. All responsible sources may submit a quote, which shall be considered by the agency NO LATER THAN 01 Feb 2010, 12:00 PM, PST quotes are to be provided by fax or email. Point of contact is Kevin D. Flores, SSgt, Contract Specialist, telephone (707) 424 7773, kevind.flores@travis.af.mil. Alternate POC is Loseke, Brenna K., SSgt telephone (707) 424 7761.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z1529342AQ01-RebuildTorqueConverter/listing.html)
 
Place of Performance
Address: Travis AFB, Ca, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02052313-W 20100130/100128235357-8b69489da9f085bd08fd79e9784c99dd (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.