Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2006 FBO #1717
SOLICITATION NOTICE

25 -- Rebuild Allison Model MT 654 Transmissions

Notice Date
8/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
811113 — Automotive Transmission Repair
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q06T0056
 
Response Due
8/21/2006
 
Archive Date
10/20/2006
 
Small Business Set-Aside
Total Small Business
 
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 is a Combined Synopsis/Solicitation for Rebuild and Dyno Allison MT 654 Transmissions. This solicitation number W9127Q-06-T-0056 is issued as a Request for Proposal. The solicitatio n and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-12. This solicitation is 100% small business set aside and is restricted in accordance with FAR 19.502-2(b). NAICS is 811113, Small Business Standard is $6. 5 million. The resultant contract will be a Requirements Contract, Base year with option to extend the contract one additional year. Item 0001 is for an estimated quantity of 367 each transmission to be rebuilt according to the Statement of Work provided below. Item 0002 is for the Option Year for an estimated quantity of 367 each transmission to be rebuilt according to the Statement of Work Provided below. The Mississippi Readiness Sustainment Maintenance Site (MSRSMS) will furnish the Allison MT 654 tr ansmissions for rebuild in the following condition: The Mississippi Readiness Sustainment Maintenance Site will furnish MT 654 Transmissions, Pin number 6885292, National Stock Number 2520-01-117-3010 for rebuild in the following condition. Transmission wi ll be tagged with the following information: serial number, manufacture part number and model number. Transmissions will be complete with torque converter. Transmissions will not have been disassembled. No broken or missing external components. Input and output shafts must rotate freely 360 degrees. 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 : Transmissions will be completely disassembled and all parts/components will be inspected for serviceability. All repair parts, reused hard parts and components will meet Allison OEM factory specifications and the entire transmission must comply with Alli sons specifications as listed in Allison Service Manual P/N SA 1546. Aftermarket parts are acceptable if they meet Allison Service Manual P/N SA 1546. As a minimum, the following parts must be replaced: all seals, all gaskets, all bearings, all filters, all hard parts and components that are damaged and/or do not meet Allisons OEM specifications. Transmission and Torque Converter must pass a final test, which includes, as a minimum: leak test and dynamometer test. The dynamometer test must include as a minimum: warm up period. Idle Test that includes Main Oil Pressure Test. Stall Test that includes Torques Test at specified input RPM. Clutch Test that includes Main Oil Pressure Test in each gear. Oil Pressure must not vary more than allowed by Allison Se rvice Manual. Full Throttle Up shift Test that includes RPM for each shift point. Closed Throttle Up shift Test that includes, RPM for each shift point. Downshift inhibitor test, which includes RPM for each shift point. Reverse test that includes main oil pressure test, reverse signal pressure test, converter flow test, and lube oil pressure test. Full load Governor Speed Test that includes Main Oil Pressure Test. All required adjustments must be completed to meet requirements listed in the Allison Service Manual. All pressures and RPMs must be recorded. The Dyno Report, containing the above information (Para 4&5), transmission serial number, and rebuilding contractors work order number must be provided to the MSRSMS along with the respective transmission. Transmissions must be affixed with a metal data plate that includes the assembly number, part number, and serial number stamped in the plate. Transmissions must be painted flat black. Transmission must be palletized and sealed in a weather protective covering/container. Only transmissions received from MSRSMS will be returned to MSRSMS. This will be a rebuild and return program. The contractor will pay all transp ortation costs to and from the MSRSMS. As a minimum, all rebuilt transmissions must include a 1 year warranty. Warranty period must begin at the time of installation by the MSRSMS. Record of installation date, by serial number, will be maintained by the MS RSMS. Warranty will include all parts and labor. All warranty repairs will be picked up and delivered back to the MSRSMS. Transmissions will be delivered to RSMS every two weeks. A minimum of fourteen (14) and a Maximum of thirty (30) per order. Minimum per month requirement is twenty eight (28) and Maximum per month requirement is sixty (60). The following clauses apply: FAR 52-212-1, Instructions to Offerors (Oct 2001) FAR 52.212-2--Evaluation--Commercial Items (Jan 1999): The following factors will be used to evaluate offers: I. Technical. Firm must provide proof as being a certified Allison Corporation dealer. In addition, provide a list of 3 references to include name, address, and point of contact, telephone numbers and dollar value which provide s evidence of repairs to Allison MT 654 transmissions. 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. 52.212-3, Offe rors 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, Payment 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 Remedies; 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. Availability of Funds for the Next Fiscal Year (Apr 1984). Offers must include a completed 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: 252.204-7004, Required Central Contractor Registration (Mar 2000); 252.212-7001, Contract Terms and Conditions Requi red 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 Paymen t 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 http://www.arnet.gov or http://farsite.hill.af.mil The cost proposal is due no later than 4:00 P.M., August 21, 2006 to USPFO-MS, Attn: Jerri Winfield, P & C, 144 Military Drive, Jackson, MS 39232. Proposals may be faxed to (601) 313-1569 or (601) 313-1631. 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 MAJ William H. King (601) 558-2976; e-mail william.king@ms.ngb.army.mil. C ontractual questions may be addressed to Jerri Winfield, Contract Specialist at: jerri.winfield@us.army.mil.
 
Place of Performance
Address: NGMS-DOL-RSMS 6506 WAREHOUSE AVENUE CAMP SHELBY MS
Zip Code: 39407-5500
Country: US
 
Record
SN01108245-W 20060809/060807220655 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.