Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2004 FBO #0912
SOLICITATION NOTICE

J -- REPAIR DAMAGE TO OH-58 AIRCRAFT

Notice Date
5/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-04-R-0005
 
Response Due
6/23/2004
 
Archive Date
8/22/2004
 
Point of Contact
Michael Mastalski, 860-524-4872
 
E-Mail Address
Email your questions to USPFO for Connecticut
(michael.mastalski@ct.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 number W91ZRS-04-R-0005 is issued as a Request for Proposals. The North American Industry Classification System code is 488190. This is 100% set-aside for small business. The services required are the repair of OH-58A aircraft serial number 70-15273, which has suffered a hard landing, to repair the damage requires an airframe fixture to ensure proper alignment of the repairs. The repairs must be completed at a Bell Helico pter Textron, FAA Authorized 206A airframe repair facility. The repair shall be performed using standard Bell Helicopter airframe repair procedures. Anticipated services include the following: Before installation of the fixture; 1. strip transmission de ck, 2. remove wire cutter, 3. remove top mount antenna, 4. remove transmission mounts, 5. remove engine forward and aft fire walls, 6. remove side mount antennas, 7. remove cables, lines, tubes, for access to damged areas, 8. remove chin bubbles. After in stallation of the fixture; 1. cut door frames, 2. remove sky light windows, 3. remove roll over bulkhead skin panels, 4. remove transmission deck and forward upper panel, 5. repair bulkhead inside box beam, 6. replace frame between box beam and engine pan, 7. replace/repair forward instrument panel side supports, 8. replace/repair aft bulkhead at station 180, 9. reapir forward roll over bulkhead, 10. replace tail rotor control tube fairlead support, 11. rebuild aft fuselage tail rotor control tube support b racket installation, 12. comply with inspection and overhaul of engine legs, 13. repair bolt hole and damage at bottom left of vertical tunnel, 14. reinstall repaired transmission deck, 15. install new deck located forward of transmission deck, 16. comple te shimming and alignment of powertrain, 17. repair door frames, 18. reimstall chin bubbles; After removing the fixture, reinstall the fire walls. Offerors who fail to follow the format of this requirement may be found unacceptable. This will be a best va lue award based on following evaluation factors (listed in order of importance): Meeting technical requirements of the Government; past performance of vendor for same/similar service; location of servicing facility based on transportation cost of the aircr aft; Price. Technical and past performance when combined are equal to price. Offerors must submit a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications Commercial Items with offer. Offerors must submit a minimum of 3 past references with whom you have completed similar jobs. References should include individuals names, company, phone number, type of work and date completed. The following FAR clauses are applicable 52.204-7 Central Contract or Registration; 52.212-1 In structions to Offerors Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, paragraph b, (5 ), (13), (14), (15), (16), (17), ( 18), (19), (29), (31); 52.212-2 Evaluation Commercial Items (see evaluation factors listed above). DFAR clauses 252.212-7000 Offeror Representations and Certifications Commercial Items; 52.203-3 Gratuities; 252.212-7001 Contract Terms and Conditions and 25 2.225-7007 Buy American Act - Trade Agreements Balance of Payments. Only contractors who are registered in the Central Contractor Registration (CCR) at https://www.ccr.dlis.dla.mil can be awarded a contract. A copy of this solicitation is available for dow nloading at http://www.ct.ngb.army.mil/ebs/advertisedsolicitations.asp Your offer, along with descriptive literature and past performance shall be faxed or ema iled no later than June, 23, 2004 at 2:00PM EST. Fax number (860) 524-4874 and email michael.mastalski@ct.ngb.army.mil.
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
Country: US
 
Record
SN00591371-W 20040526/040524212305 (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 |
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.