Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
SOLICITATION NOTICE

25 -- Performance Based Requirements Contract for Resurfacing Brake Shoes for 900 Series Trucks.

Notice Date
8/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
336340 — Motor Vehicle Brake System Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-07-T-0039
 
Response Due
8/31/2007
 
Archive Date
10/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. This solicitation number W9127Q-07-T-0039 is issued as a Request for proposal. The solicitation and incorporated provisi ons and clauses are in effect through Federal Acquisition Circular 2005-16. This solicitation is 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). NAICS is 336340. Small Business Standard is 750. The resultant contract will be a Performance Based Requirements Contract for the Resurfacing Brake Shoes for 900 Series Trucks. The period of contract will be for a Base year with Four (4) Option Years. Individual delivery orders will be placed against th e contract when the Government has a requirement for the services. The following technical specifications are provided to demonstrate the task environment in which the services will be delivered. The following specifications are not directives on how the services are to be provided but an example of what traditionally has been required to successfully support the resurfacing of brake shoes for the 900 series trucks. The contractor is encouraged to surpass the minimal technical specifications as well as de monstrate technical expertise to support the resurfacing of brake shoes. This will be a fixed price Performance Based Requirements Contract with an estimated total quantity of 4200 Brake Shoes per year to be resurfaced. The Contractor shall provide all re sources necessary to perform the standards of this Performance based scope of Work. Description of Services: (a) Vendor will provide all necessary material and labor necessary to resurface the Brake Shoes. (b) Vendor will resurface Brake Shoes in accordan ce with manufactures specifications. (c) Vendor will install new bushings. (d) Vendor will pick-up and deliver Drums to the RSMS Site. (e) Vendor will pick-up and return within 10 days of Delivery Order. (f) Turn around time is 10 days from date of pick-up unless otherwise specified by RSMS, Camp Shelby, Mississippi. (g) Minimum order: 50 Brake Shoes per week. (h) Maximum Order: 81 Brake Shoes per week. Line Item 0001 Base Year, Resurface Brake Shoes for 5-Ton, 900 series truck according to performance bas ed statement of work. Estimated Quantity 4200 per year. Period of Contract is October 1, 2007 to September 30, 2008. Line Item # 0002, Option Year One, Resurface Brake Shoes for 5-Ton, 900 series truck according to performance based statement of work. Est imated Quantity 4200 per year. Period of Contract is October 1, 2008 to September 30, 2009. Line Item 0003, Option Year Two, Resurface Brake Shoes for 5-Ton, 900 series truck according to performance based statement of work. Estimated Quantity 4200 per yea r. Period of Contract is October 1, 2009 to September 30, 2010. Line Item 0003, Option Year Three, Resurface Brake Shoes for 5-Ton, 900 series truck according to performance based statement of work. Estimated Quantity 4200 per year. Period of Contract is O ctober 1, 2010 to September 30, 2011. Line Item 0004, Option Year Four, Resurface Brake Shoes for 5-Ton, 900 series truck according to performance based statement of work. Estimated Quantity 4200 per year. Period of Contract is October 1, 2011 to Septembe r 30, 2012. The requirement is for The Mississippi Readiness Sustainment Maintenance Site (MSRSMS), Camp Shelby, Mississippi. All orders will be mailed electronically in a Microsoft Word document to the successful contractor. The following clauses apply: 5 2.204-4, Printed or Copied Double-Sided on Recycled Paper. FAR 52-212-1, Instruction to Offerors, FAR 52-219-1 Small Business Program Representations, Alternate 1; FAR 52.212-2, Evaluation Commercial Items. Offerors must submit at least 3 letters of refer ence demonstrating ability to Resurface Brake Shoes for a 5-Ton, 900 series truck. Offerors will be evaluated on Technical capability, Past Performance, and P rice. Technical and Past Performance when combined are equal to Price; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Required to Implement Statutes or Executive Orders; FAR 52.216-18, Ordering, A ny supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders by the individuals or activities designated in the Schedule. Such orders may be issued from time of contract award through September 30, 2008; FAR 52.216-19, Order Limitations, (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 50 brake shoes per week, the Government is not obligated to purchase, nor is the Contractor obligated to f urnish, those supplies or services under the contract (b) Maximum order. The contractor is not obligated to honor-(1) Any order for a single item in excess of 81 brake shoes per week; (2) Any order for a combination of items in excess of 87 brake shoes per week. (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in subparagraph (b) (1) or (2) of this section. Notwithstanding paragraphs (b) and (c) of this section, the Contractor shal l honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractors intent not to ship the item (or items) c alled for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-21, Requirements, This is a requirements contract for the supplies and effective for the period stated. The quantitie s of supplies specified are estimates only. Except as this contract may otherwise provide, if the Governments requirements do not result in orders in the quantities described as estimated or maximum, that fact shall not constitute the basis for an equita ble price adjustment. Any order issue during the effective period of this resultant contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Go vernments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contact after Sep tember 30, 2008. FAR 52.217-9, Option to Extend the Term of the Contract: (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contactor a preliminary written not ice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option c lause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed beyond September 30, 2008. FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitation on Subcontracting; FAR 5 2.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; Far 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; FAR 52.222-42, Service Contract Act; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43 , Fair Labor Standards Act and Service Contract Act Price Adjustment; FAR 52.232-19, Availability of Funds for the Next Fiscal Year, FAR 52.232-36, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.252-2, Clauses Incorporated by Reference, Full text of these provisions may be accessed on-line at http://farsite.hill.af.mil. APPLICABLE DFARS CLAUSES: 25 2.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items; 252.212-7001 Buy American Act and Balance of Pay ments Program; 252.225-7007, Buy American Act-Trade Agreements-Balance of Payment Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7031, Secondary Arab Boycott of Israel. Offers must include a completed coy of FAR 52.212-3, Offe ror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items with its offer. The Service Contract Act No. 05-2299 applies. These rates can be accessed via the internet at http:/ /www.wdol.gov/sca.aspx#8. This announcement is the solicitation. Proposals are due no later than 4:30 P.M., August 23, 2007. Proposals can be mailed to: USPFO-MS, Attn: Jerri Winfield, 144 Military Drive, Jackson, Mississippi 39323-8861 or emailed to Jerr i.Winfield@us.army.mil. CCR is a mandatory requirement for all DOD Government Contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov. POINT OF CONTACT FOR TECHNICAL QUESTIONS REGARDIN G THIS REQUIREMENT MAY BE ADDRESSED TO MR. WILLIE HINTON AT (601) 558-2784 OR MAJOR WILLIAM KING AT (601) 558-2966.
 
Place of Performance
Address: NGMS-DOL-RSMS 6506 WAREHOUSE AVENUE, CAMP SHELBY MS
Zip Code: 39407-5500
Country: US
 
Record
SN01376674-W 20070819/070817221829 (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.