COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8, 2001 PSA #2974
SOLICITATIONS
99 -- TRANSMISSION DYNAMOMETER
- Notice Date
- November 6, 2001
- Contracting Office
- Contracts Dept., MCLB, PO Drawer 43019, Albany, GA 31704
- ZIP Code
- 31704
- Solicitation Number
- N/A
- Response Due
- December 7, 2001
- Point of Contact
- SSgt D. J. Jones, Contract Specialist, Code 891-2, (229)639-6787, FAX (229)639-6791
- 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Acquisition Circular 91-13. This action is unrestricted and has a NAICS code of 334519. The following is required: CLIN 0001: One (1) Hicklin model EDECT-300CD transmission dynamometer or other brand with equal capabilities. Contractors may submit bids on the transmission dynamometer requested or another model and brand name that has equal attributes to the EDECT-30 0CD. If submitting a quote on an equivalent transmission dynamometer, contractors must submit all available information on the dynamometer with their bid for product comparison. Failure to supply the required information will result in the contractor s bid being disqualified. The transmission dynamometer will be utilized to test the Allison MT-600 and HT-700 series inline transmissions and the HS-525 series cross-drive transmission. In addition, the transmission dynamometer must have the capability to test potential future requirements for inline transmissions such as the GM 4L80E, Allison WT-HD/MD, MT-600, HT-700 and cross-drive transmissions such as the X-1100, XTG-411, XT-1410, CD-850, HMPT-500, and the X-200. The test stand will be designed for testing of both inline and cross-drive transmissions but will be supplied without the cross-drive load units and base extensio ns. The HS-525 transmissions (or any other cross-drive transmission) mounted to this test stand without the cross-drive load units/base extensions will be spin tested only. In addition to the transmission dynamometer, the contractor will provide complete set-up and up-to 80 hours (approximately 10 days) of training on use of the dynamometer and all of its components. The government will provide all transmissions that are to be used for training purposes. Quotes shall include all labor, travel and other related expenses for both the proper set-up and training on the use of the dynamometers. Travel charges for lodging and perdiem (meals) shall not exceed those specified in the Joint Federal Travel Regulation for the local area and can be accessed via the internet at www.dfas.mil. Delivery -- FOB Destination. Will be coordinated with requesting activity after award. The fo llowing FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors Commercial Items. 52.212-2, Evaluation Commercial Items, (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: Best value to the government to include, however not limited to, Price and Technical capability.] 52.212-3, Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handi capped Workers, and 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service. AT A MINIMUM, THE CONTRACTOR MUST WARRANT THE MACHINE AND ALL OF ITS COMPONENTS FOR A PERIOD OF ONE YEAR FROM THE DATE OF INSTALLAION. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation Commercial Items with their offer. The offeror should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER TO BE ELIGIBLE FOR AWARD. Contractors may register in the CCR online at www.ccr2000.com. If a change occurs in this requirem ent, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 7 December 2001, at 2:00 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
- Record
- Loren Data Corp. 20011108/99SOL002.HTM (D-310 SN5124A5)
| 99 - Miscellaneous Index
|
Issue Index |
Created on November 6, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|