Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

28--REBUILD HYDRAULIC VALVES, MOTORS & CYLINDERS FOR PRODUCTION OF M936 900 SERIES WRECKERS

Solicitation Number: W9127Q-T-0053
Agency: Department of the Army
Office: National Guard Bureau
Location: USPFO for Mississippi
  • Print
:
W9127Q-T-0053
:
Combined Synopsis/Solicitation
:
Added: Sep 05, 2008 9:06 am
This solicitation number W9127Q-08-T-0053 is issued as a Request for Quotes for to Rebuild Hydraulic Valves, Motors and Cylinders, used for the Production of M936 900 Series Wreckers. The parts to rebuild this Wrecker are described as:
(1) Rebuild Linear Directional Control Valve-Disassemble & Diagnose, Hone Barrel Polish Rod, Remove and Replace all of the Seals, Install Kits, Re-assemble, Test and Paint. Vendor will pick up and deliver. Quantity is 4 each.
(2) Rebuild Hydraulic (Rear Winch) Motor, Steam Clean -Disassemble and inspect, replace seals, bearings, springs, and rings if needed. Machine, calibrate, reassemble, test and paint. Vendor will pick up and deliver. Quantity is 4 each.
(3) Rebuild Hydraulic (Swing and Hoist) Motor- Disassemble and diagnose, remove and replace all seals, bearings, springs, and rings if needed, machine, calibrate, reassemble, test and paint. Vendor will pick up and deliver. Quantity is 25 each.
(4) Rebuild Cylinder Assembly, actuating line- Disassemble and diagnose, install rod seal kit, install piston seal kit, hone barrel, polish rod, reassemble, test and paint. Vendor will pick up and deliver. Quantity is 6 each.
(5) Rebuild Cylinder, actuating, linear, (long inner boom)-Hone Barrel, polish rod, replace all seals, install new gland kit, reassemble, test and paint. Vendor will pick up and deliver. Quantity is 5 each.
(6) Rebuild Valve, linear, directional control-Disassemble, and diagnose, polish valve openings and pressure plates, remove and replace all seals and O-rings on relief, reassemble, test and paint. Vendor will pick up and deliver. Quantity is 12 each.
This solicitation is 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; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-26. 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 811310; Small Business Standard is $6.5 million. The following clauses apply: Central Contractor Registration, 52.204-7; FAR 52-212-1, Instructions to Offerors (Oct 2001); 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, (May 2001); 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 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 of the Vietnam Era; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.222-43, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; Additional applicable FAR Clauses: FAR 52.247-34 FOB Destination. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 2001) with its offer. APPLICABLE DFARS CLAUSES: 252.204-7004, Required Central Contractor Registration (Mar 2000); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), to include; 252.225-7001 Buy American Act and Balance of Payments Program , Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation. Quotes are due no later than 12 P.M., September 10, 2008, to USPFO-MS, Attn: Angela Duren, USPFO P & C, 144 Military Drive, Jackson, MS 39232-8860. Quotes can be emailed to angela.duren@ng.army.mil or faxed to (601) 313-1569. 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/. POINTS OF CONTACT: Technical questions regarding this requirement may be addressed to Mr. Willie Hinton 601-558-2784.


:
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
:
USPFO for Mississippi 144 Military Drive, Jackson MS
39208-8860
US
:
ANGELA DUREN, 601-313-1700

USPFO for Mississippi