Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2013 FBO #4085
MODIFICATION

25 -- SOLICITATION - REQUIREMENTS CONTRACT FOR THE REBUILDING OF ALLISON CLT 755 (P/N E000641) AND ALLISON 4500 SP TRANSMISSIONS (P/N E012067)LOCATED AT CAMP SHELBY, MS NEAR HATTIESBURG, MS - INTENT IS BASE YEAR WITH THREE OPTION YEARS.

Notice Date
1/28/2013
 
Notice Type
Modification/Amendment
 
NAICS
336350 — Motor Vehicle Transmission and Power Train Parts Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-13-T-0004
 
Response Due
2/28/2013
 
Archive Date
3/29/2013
 
Point of Contact
Robert Mayhue, 6013131700
 
E-Mail Address
USPFO for Mississippi
(robert.w.mayhue2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This will be a requirements contract for the rebuilding of ALLISON CLT 755 (P/N E000641) AND ALLISON 4500 SP TRANSMISSIONS (P/N E012067) for vehicles located at Camp Shelby, MS (near Hattiesburg). It is estimated the requirement shall be for the rebuilding of eighty-five (85) ALLISON CLT 755 in the first year and one hundred and ten (110) each of the successive option years - if exercised. It is esimated the requirement shall be for the rebuilding of ten (10) ALLISON 4500 SP in the first year and ten (10) each of the successive option years - if exercised. Vendor will be expected to pick up the transmissions from Camp Shelby, perform the required work and return the transmissions within fourteen (14) days. Maximum order will be twenty (20) transmissions per month. Period of performance will be the effective date of the base year of the contract for one year. There will be an additional three option years available on the contract. There will be a COR appointed to this contract and that individual shall be responsible for inspection and approval of each delivered item. PLEASE SEE ATTACHED STATEMENT OF WORK. EVALUATION CRITERIA 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: Offerors shall be evaluated on price and past performance (if any) with price being weighted more than past performance. Offerors shall provide the following: a)a filled offer schedule b)past performance in formation which should include: i.specify the names and contact information of points of contact for previously performed contracts ii.the number of and dollar values of previsously performed contracts iii.the minimum and maximum numbers of units/items serviced per contract period iv.please provide past performance for the last three years c)Offerors should review FAR 52.212-1 and complete FAR 52.212-3 (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Please contact CPT Robert Mayhue at robert.w.mayhue2.mil@mail.mil or 601-313-1700 with any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-13-T-0004/listing.html)
 
Place of Performance
Address: ITEMS WILL NEED TO BE PICKED UP FROM, REBUILT AT CONTRACTOR'S LOCATION AND RETURNED TO CAMP SHELBY
Zip Code: 39407-5500
 
Record
SN02973687-W 20130130/130128234249-36865883e8714bca749c289d68f8aa94 (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.