SPECIAL NOTICE
99 -- Market Survey for the Repair/Rebuild of Allison model Transmission Carriers
- Notice Date
- 3/19/2008
- Notice Type
- Special Notice
- NAICS
- 811113
— Automotive Transmission Repair
- Contracting Office
- ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
- ZIP Code
- 13602-5220
- Solicitation Number
- USA-SNOTE-080319-002
- Archive Date
- 6/17/2008
- Point of Contact
- Tom Youngs, (315)772-6514
- E-Mail Address
-
Email your questions to ACA, Fort Drum
(thomas.youngs@us.army.mil)
- Description
- To identify sources that can perform transmission carrier repair and rebuild services. The transmission carriers to be repaired or rebuilt are for Allison models MT654CR, HT740, and HT740D. An estimated total of 600 transmission carriers will be re paired or rebuilt annually. Repairs and rebuilds must be made using genuine Allison parts. The transmission carriers shall be picked up from and returned to Fort Drum, New York. Time to complete the service from pick-up to return of repaired or rebuilt transmission shall take no longer than seven days. All costs associated with the accomplishment of this service are the responsibility of the contractor. The anticipated contract type is Firm-Fixed unit price indefinite-quantity contract, with a base per iod and four (4) option periods. The duration of the contract, to include all options is anticipated to be five (5) years. Interested parties must be registered with the Central Contractor Registration (CCR) and can be obtained by accessing the Internet at (www.ccr.gov) or calling 1-888-227-2423 as prescribed in DFARS 252.204-7004 and have their representations and certifications on record through ORCA at www.orca.bpn.gov. The following are specific considerations on which we would like you to think and comment: 1. Are there any unrealistic requirements/stipulations that would prevent your firm from responding to an RFP for this type of contract? 2. Based on the outlined requirement, is your company interested and capable of providing this service? This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation For Bid (IFB), Request F or Proposal (RFP) or Request For Quote (RFQ), and is not considered a commitment by the government. The government will not reimburse contractors for any cost incurred for their participation in this survey. Large and Small businesses are encouraged to p articipate in this survey. Small businesses, please identify your small business type such as SDB, 8A program Participants, Veteran, Women or Women Owned, Service-Disabled Veteran, Hub-Zone Certified, etc. Respondents capable of satisfying the requiremen t should send a copy of their capabilities to Mr. Thomas Youngs at thomas.youngs@us.army.mil, or fax to 315-772-6406. Responses will be accepted until 4:00PM 31 March 2008. Responses should contain company name, address, email address, point of contac t, CAGE Code, phone number, fax number, and size of business pursuant to NAICS Code 811113 (Size Standard $6.5 million), abbreviated capabilities/credentials/resumes, and a statement as to whether your company is domestically or foreign owned.
- Record
- SN01536427-W 20080321/080319230735 (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 |