SOLICITATION NOTICE
16 -- Requirements Contract for Evaluation and Possible Repair on Power Turbine Modules, Cold Section Modules, and T700, T701, and T701C Engines for Helicopters
- Notice Date
- 2/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- DAHA23-03-R-0001
- Archive Date
- 4/29/2003
- Point of Contact
- Patsy Huth, 573-638-9629
- E-Mail Address
-
Email your questions to USPFO for Missouri
(patsy.huth@mo.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested; solicitation may b e viewed electronically at www.uspfo-mo.org. Solicitation # DAHA23-03-R-0001 is a Request for Proposal (RFP) based on provisions and clauses in effect through Federal Acquisition Circular 2001-09. This acquisition is solicited on an unrestricted basis using NAICS Code 811310. Resulting contract will be a firm fixed price, Requirements Type Contract for complete evaluation and possible repair of T700, T701 and T701C engines and/or modules of engines. The modules will be either Power Turbine Modules or Cold Section Modules. The period of performance will be a base period of one year from date of award with four one-year option periods. Work will be assigned by delivery order. Best estimated quantity of engines for evaluation and possible repair would be ten per year. Best estimated quantity of modules for evaluation and possible repair would be ten per year with a ceiling cap for the total contract of five million dollars. Sco pe of work follows: Contractor will be required to pick up Unit in Springfield, MO, tear down Unit at Contractor?s facility, evaluate Unit, and submit a firm fixed price for repair. Government will provide a container for both the engine and module repai r. The Contractor shall furnish all required labor, facilities, and all material to accomplish/tear down for evaluation and overhaul/repair. Said evaluation will give number of hours for repair at rate per hour, list of parts for repair, per cent of mark up for manufacturer's parts, handling fees, and any consumables. (Consumables shall include oil, lubricants, gaskets, plugs, caps, covers and any other consumables less than $100.00.) Prevailing wage rates are applicable. Contractor may contact this of fice to obtain wage rates. Contractor may be asked to supply Manufacturer's price list for parts. Contractor Furnished Parts shall be new from Manufacturer?s Original Equipment. If Government concurs with cost for repair, modification will be processed. Cost for repair will include any credit for condemned/scrap parts. If Government does not agree upon cost for repair, Unit will be re-assembled and returned to Springfield, MO. No repair on Unit will be made until written ?Notice to Proceed? is given. Said evaluation will be accomplished within 30 days from date of delivery order. If Government desires Unit to be repaired, repair will be accomplished within 90 days from date of Notice to Proceed, or as negotiated individually for Unit based upon findi ngs of tear down and evaluation. Inspection, acceptance and shipping are FOB Destination, Springfield, MO. Repairs and test cell run will be made in accordance with DMWR 1-2840-248-1 and 2 and TM 1-2840-248-23. Only Contractors who are certified as FAA Turbine Engine Repair Facilities and who reside within a 500-mile radius of Springfield, MO, will be consider ed. Engines or modules repaired will require a 1,000-hour warranty, and unit will be returned to Government in a completely serviceable condition. Evaluation criteria will be qualifications, past performance, delivery date of 30 days for evaluation and if repair is approved, 90 days to complete the repair (see above), and cost. Qualifications and past performance will be rated equally. Proposals sh all include Contractor's expertise in repairs of this nature. (Submit a list of three Government references of similar work performed during the past three year. Government also requests two references of current on-going contracts. Said list will give a description of work, point of contact and telephone number.) (Criteria for Cost - Unrealistically low proposed costs or prices may be grounds for eliminating a proposal from competition either on the basis that the o fferor does not understand the requirement or the offeror has made an unrealistic proposal.) Contractor shall submit statement regarding ability to obtain parts from the manufacturer in designated time limit. Please submit a cost for evaluation of module s (Power Turbine and Cold Section) and cost for evaluation of T700, T701 and T701C engines. Award will be made based upon BEST VALUE to the Government. The Government will make one award for both the engine and module requirement. Delivery orders will b e issued against the contract to the lowest responsive and responsible offeror. Failure to address all factors in evaluation criteria will consider the Contractor non-responsive. Government intends to evaluate proposals and award a contract without discussion; however, the Government reserves the right to conduct discussions, if determined necessary. Should discussions be deemed necessary, they will be conducted either orally or i n writing only with Contractors who are determined to be in the competitive range. Contractor will be given an opportunity to correct deficiency and resubmit offer. Clauses and provisions follow. They may be viewed at the following web site: http://farsite/hill.af.mil. FAR 53.312-1, Instructions to Offerors?Commercial Items, 52.212-2 Evaluation?Commercial Items; 52.212-3, Offeror Representations and Certifications? Commercial Items (A completed copy of 52.212-3, Reps and Certifs. must accompany proposal); 52.212-4, Contract Terms and Conditions?Commercial Items; 52.204-4, Printed or Copied Recycled Paper; 52.204-6, DUNS Number; 52.209-1, Qualification Requirements; 52.211-15, Defense Priority and Allocation Requirements; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 52.217-5, Evaluation of Options. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item s contains the following clauses: 52.203-6, Restrictions on Subcontractor Sales to Gov. with Alt I; 52.219-4, Notice of Price Evaluation Preference for HUB-Zone Small Business Concerns; 52.222-3, Convict Labor; 52.233-3, Protest after Award; 52.219-8, Uti lization of S/B Concerns; 52.219-9, S/B Subcontracting Plan; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with disabilit ies; 52.222-37, Employment Reports on Special Disabled Veterans; 52.222-19, Child Labor; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act; 52.222-42, Statement of Equiv. Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act; FAR Clauses also applicable are: 52.216-1, Type of Contract; 52.216-18, Ordering; 52.216-19, Order Limitations; 52.216-21, Requireme nts; 52.217-5, Evaluation of Options; 52.217-9, Option to Extend Term of Contract; 52.229-3, Federal, State and Local Taxes; 52.232-17, Interest; 52.232.23 Alt I, Assignment of Claims; 52.233-2, Service Of Protest; 52.242-13, Bankruptcy; 52.242-15, Stop-Wo rk Order; 52.242-17, Gov. Delay of Work; 52.245-2, Gov. Property (Fixed Price Contracts); 52.252-2 Clauses incorporated by reference. The following DFAR clauses are applicable: 225-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders which contain the following clauses: 52.203-3 Gratuities; 252.205-7000, Provision of Information to Coop. Agreement Holders; 252.219-7003, Small, S/D and W/O SB Subcontracting Plan; 252.225-7001, Buy American Act; 252.225-7007, Buy Amer ican Act Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Requests for Equitable Adjustment; Buy American Act. Also DFAR clauses 252.204-7003, Control of Gov. Personnel Work Product; 252.204-7004, Required Central Contractor Registration; 252.209-7004, Subcontracting wit h Firms Owned or Controlled by Gov. of Terrorist Country; and 252.212-7000, Offeror Reps & Certifs.-Commercial Items. Contractors must accept Electronic Fund Transfer payment and be Central Contractor Registered. Proposals shall contain the DUNS number a nd CAGE code of your firm. Written proposals shall be submitted to: USPFO for MO, Attn: NGMO-PFC (Patsy Huth), 7101 Military Circle, Jefferson City, MO 65101. No faxed copy will be accepted unless hard copy follows. Fax number is (573)638-9619. Pro posals are due on Friday, February 28, 2003, at 12:00 noon (CST). Offerors are responsible for downloading their own copy of the solicitation from this web site or at www.uspfo-mo.org. Questions may be directed to: patsy.huth@mo.ngb.army.mil.
- Place of Performance
- Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
- Zip Code: 65101-1200
- Country: US
- Zip Code: 65101-1200
- Record
- SN00253698-W 20030207/030205213618 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |