Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10, 2001 PSA #2912
SOLICITATIONS

J -- CATERPILLAR CAT D-7155 TRANSMISSION REPAIR

Notice Date
August 8, 2001
Contracting Office
USPFO for Texas, Attn: AGTX-SP, Bldg 66, PO Box 5218, Austin, TX 78763-5218
ZIP Code
78763-5218
Solicitation Number
DAHA41-01-B-0004
Response Due
September 11, 2001
Point of Contact
Mary Sue Austin, Contract Specialist (512)782-5537
E-Mail Address
Click here to contact the USPFO Contracting Office (marysue.austin@tx.ngb.army.mil)
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; bids are hereby requested. A written solicitation will not be issued. This is issued as an Invitation for Bid (IFB), Number DAHA41-01-B-0004, which incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27, effective 25 June 2001. STATEMENT OF WORK: (A) GENERAL: This solicitation is for CAT D-7155 Transmission Repair. Vendor must be an authorized Caterpillar transmission service center. The period of performance will be 12 months, with an option to extend for an additional 12 months. Anticipated estimated quantity of transmission direct exchanges is 20 EA for FY 02, and 36 EA for FY 03. There are no guaranteed minimum or maximum quantities. This solicitation will be awarded as a Requirements contract. This is an unrestricted acquisition with an associated NAICS of 81113. This acquisition is not in the Small Business Competitiveness Demonstration Program. Shipment will be FOB Destination. Inspection and Acceptance will be at Government Facility. Vendor will pick up from and deliver to Readiness Sustainment Maintenance Center, 748 E. McLeroy, Saginaw TX, 76179-4604. (B) SCOPE Criteria for an acceptable core are as follow: Complete transmission with torque converter Unit must not have been disassembled. No broken or missing external components Output and input shafts must rotate freely 360 degrees. Transmissions shall be completely disassembled. All components and parts will be inspected for serviceability. All repair parts, reused hard parts, components and the entire overhauled transmission must meet the Technical Manual specifications. (Chapter 7, TM 9-2320-273-34, Direct and General Support Maintenance, dated 18 Feb 90. Changes 1 and 2 dated 1Aug 83 and 8Apr 87.) Mandatory replacement parts will include all seals, gaskets, bearings, filters, damaged hard parts and components. Transmission will pass a dynamometer test. Dyno test will include the following: RPM, Flow, Stall, Leaks and Shift Quality. All pressures will be recorded and returned to the TX-RSMS along with the Dyno Report. Stamped metal plate (data plate) will be affixed to the transmission; data plate will include assembly number, part number and serial number. Rebuilt Transmission warranty shall be for six (6) month period. Transmission will be painted CARC Green. Warranty period shall begin on the date the TX-RSMS completes the installation of rebuilt transmission. The vendor shall pick up and deliver transmissions from RSMS, 748 McLeroy, Saginaw, TX 76179-4604. C) APPLICABLE PROVISIONS AND CLAUSES: 1) FAR 52.212-1, Instructions to Offeror -- Commercial Items (2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. All offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.2l2-3 in full text is available at http://www.arnet.gov/far or upon request from this contracting office). (3) FAR 52.212-4. Contract Terms and Conditions Commercial Items; (4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders -- Commercial Items; (5) FAR 52.216-21Requirements; (6) FAR 52.217-5; Evaluation of Options; (7) 52.217-9, Option to Extend the Term of the Contract (8) 52.232-36, Payment by 3rd Party (9) DFAR 252.204-7004, Required Central Contractor Registration (D) EVALUATION FACTORS: The contract type for this procurement will be fixed price. Award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) technical factors -- consideration of technical approach, capabilities to provide services required, professional qualifications of staff (2) past performance -- caliber of offeror's performance on previous contract (3) total price -- total price and price realism. (E) INSTRUCTIONS: Offers shall include (1) a technical proposal; (2) a bid for price in a sealed envelope separate from the other required documents (2) FAR 52.212-3, Representations and Certifications -- Commercial Item, filled in completely; (3) A list of at least three contracts completed or currently in process within the past three years of similar and related work covered by this solicitation. Offeror shall include the following information for each reference: (a) contract number; (b) Name and address of contracting activity: (c) contracting officer's name and telephone number; (d) period of performance; (e) brief description of work under the contract. Failure to provide items 1-3 listed above with your offer may cause your offer to be considered non-responsive. To receive award, the Offeror must be registered in the Central Contractor Registration (CCR) database which can be accessed at web site http://www.ccr2000.com, or call CCR Assistance Center toll free at 1-888-227-2423. Offers shall be submitted NLT 1630 on 11 September, 2001 to USPFO for Texas, Attention: Mary Sue Austin, 2200 West 35th Street Bldg. 66 Room 114, P.O. Box 5218, Austin, TX 78763-5218. Facsimile offers will not be accepted. All offers must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offeror's name and address, point of contract, phone number, fax number, and e-mail address (if available). Numbered Note 23 is applicable.
Record
Loren Data Corp. 20010810/JSOL015.HTM (W-220 SN50U468)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on August 8, 2001 by Loren Data Corp. -- info@ld.com