COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7, 2001 PSA #2909
SOLICITATIONS
J -- REBUILD OF ALLISON MT654CR TRANSMISSIONS
- Notice Date
- August 3, 2001
- Contracting Office
- U.S. Property & Fiscal Office For Kansas, 2737 S Kansas Ave, Attn: Contracting, Topeka, KS 66611-1170
- ZIP Code
- 66611-1170
- Solicitation Number
- DAHA1401R4007
- Response Due
- August 21, 2001
- Point of Contact
- Mr. Tom Coleman, (785) 274-1211, Contracting -- Technical -- Mr. Bob Lewis, (785) 239-8891
- E-Mail Address
- Click here to contact the contracting officer via (tom.coleman@ks.ngb.army.mil)
- Description
- This is a combined synopsis/solicitation for Rebuild of Allison Model MT654CR Transmissions prepared IAW FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation DAHA14 01 R 4007 is issued as an RFP. The resultant contract will be a requirements type contract, base year with option to extend the contract two additional one-year periods. The estimated minimum quantity of transmission for the base year is 80 and maximum estimated quantity of 205 transmissions. The contractor will not be entitled to an adjustment to the contract price if these estimated quantities are not ordered. Individual task orders shall be placed against the contract when the Government has a requirement for the services. This is a solicitation document and incorporates provisions in effect through Federal Acquisition Circular 97-26. NAICS code is 811113. This requirement is for the Kansas Readiness Sustainment Maintenance Site, Kansas Army National Guard, Fort Riley, Kansas. This requirement involves the rebuild of Government furnished Allison MT654CR Transmissions. This is a performance based work statement and award will be based on price and the contractor's prior experience and past performance with the rebuild and testing of Allison MT654CR model transmissions. Kansas Readiness Sustainment Maintenance Site will furnish transmissions, for rebuild in the following condition: (1) Transmission will be tagged with following information: Serial Number, Manufacturer Part Number, Model Number and owning RSMS location. i.e. KS. (2) Transmission will be complete with torque converter. (3) Transmission must not have been disassembled. (4) No broken or missing external components. (5) Input and output shafts must rotate freely 360 degrees. NOTE: NOT ALL TRANSMISSIONS WILL HAVE FAULTS. HOWEVER. ALL TRANSMISSIONS MUST RECEIVE THE FOLLOWING INSPECTIONS TEST AND SERVICES. Contractor shall perform, as a minimum the following rebuild procedure: Transmission must be completely disassembled and all parts/components must be inspected for serviceability. A11 repair parts, reused hard parts and components must meet factory specifications and the entire transmission must comply with Allison's specifications as listed in Allison Service Manual P/N SA1546. As a minimum, the following parts must be replaced: (a) a1l seals (b) all gaskets (c) all bearings (d) all filters (e) all hard parts and components, that are damaged and/or do not meet Allison's specifications. Transmission and Torque Converter must pass a Final Test, which includes, as a minimum: (a) Leak Test (b) Dynamometer Test. Dynamometer Test must inc1ude as a minimum: (a) Warm up period (b) Idle Test that inc1udes Main Oil Pressure test. (c) Stall Test that includes Torques Test at specified input RPM (d) Clutch Test that includes Main Oil Pressure Test in each gear. Oil Pressure must not vary more than allowed by Allison Service Manual. (e) Full Throttle Upshift Test that includes RPM for each shift point. (f) Closed Throttle Downshjft Test that inc1udes, RPM far each shift point. (g) Downshift Inhibitor Test which includes RPM for each shift point. (h) Reverse Test that includes Main Oil Pressure Test, Reverse Signal Pressure Test, Converter Flow Test and Lube Oil Pressure Test. (i) Full Load Governor Speed Test that includes Main Oi1 Pressure (j) All required adjustments must be completed to meet requirements listed in Allison Service Manual (k) All pressures and RPM's must be recorded. The Dyno Report containing the above listed information, including the transmission Serial Number and Rebuilding Contractors work order number must be furnished to the Kansas RSMS along with the respective transmission. Transmission must be affixed with a stamped metal data plate that includes the assembly number, part number and serial number. Transmission shall be painted flat black. Transmission must be palletized and sealed in a weather protecting covering/container. Rebuilt transmissions shall be returned freight prepaid by the contractor to the Kansas RSMS, Fort Riley, Kansas. This is a rebuild and return program. Kansas RSMS will pay transportation cost to the contractors rebuild facility. All rebuilt transmissions must include a one-year parts and labor warranty from the date of the Government installation of the transmission in the military vehicle. The Government will maintain the record of installation date, by serial number. The minimum order is 1 transmission and maximum order is 10 transmissions. Mandatory acceptable performance period to return the rebuilt transmission to the Government is one week (7 days from date of receipt by the contractor). A firm fixed price requirements type contract is contemplated. The provision at FAR 52.212-2, Evaluation Commercial Items (1/99) applies to this acquisition. Contractor's proposal shall include at a minimum a detailed narrative of the contractors transmission rebuild process, describing how the contractor intends to satisfy the Government's technical requirements. The proposal must list at lease five (5) prior contracts for the repair/overhaul of either the MT654CR transmission or similar type transmissions. Similar is defined heavy-duty truck transmission. The list shall include name, address, e-mail address, telephone number, contract amount, government or industry point of contact. Proposal shall include a fixed price for the base year and a separate price for each of the two option years. The provisions of FAR 52.216-21, Requirements (10/95) Alternate I, applies to this acquisition (fill-in for paragraph f. 30 September 2004). FAR 52-216-18 Ordering (10/95) applies, (fill-in in paragraph (a) is 30 September 2004). FAR 52.216-19 Order Limitations (10/95) (fill-in minimum order is 1, maximum order is 10, paragraph (d) 10 days) The provision at FAR 52.217-8 Option to Extend Services (11/99) applies. (Fill-in is 60 days) FAR 52.222-47 Service Contract Act applies. The provision at FAR 52.212-3, Offeror Representations and Certifications (12/2000) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (5/1999) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (8/2000) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (Aug 1996) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (12/2000), is applicable to this acquisition. For technical questions please contact Mr. Bob Lewis (785) 239-8891. Offers are due by 2 p.m., 21 August 2001 by e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Tom Coleman; or e-mail to: tom.coleman@ks.ngb.army.mil Simplified Acquisition Procedures will be utilized. This solicitation is unrestricted.
- Record
- Loren Data Corp. 20010807/JSOL008.HTM (W-215 SN50T9S8)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|