Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOLICITATION NOTICE

16 -- F108 HPT Outer Nozzle Support - Combined Synopsis/Solicitation

Notice Date
8/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA812109Q0024
 
Point of Contact
Amy Barnes, Phone: 4057364227
 
E-Mail Address
amy.barnes@tinker.af.mil
(amy.barnes@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Depot Maintenance Report DD1423 CDRL CAV Report DD1423 CDRL Packaging Transportation Appendix C Appendix B Performance Work Statement The contractor shall furnish all required labor, facilities, equipment and all material to accomplish overhaul, repair and/or modification, test, packing, preservation and packaging, and return to the Government in a completely serviceable condition the items of Air Force equipment listed below, all in accordance with (IAW) the provisions hereof and the Work Specifications attached. NOTES: 1. Some units of items listed below may, upon disassembly and/or inspection, be determined to be beyond repairable limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor, prior to determination that such equipment is beyond repairable limits, shall be included in the unit price(s) of the listed item(s). CONDEMNED UNITS WILL NOT BE COUNTED AS PRODUCTION. 2. GOVERNMENT PROPERTY FURNISHED FOR REPAIR (IAW FAR 16.503(c)) Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. 3. All units will be expected to require processing under Line Item 0001 Clean and Inspect. The assets will be realigned to the appropriate level of remanufacture effort identified in Line Items 0002 through 0005 as required. This award is expected to be funded at the amounts proposed for Line Items 0001 (Clean and Inspect) and 0002 (Heavy Remanufacture with Flange Replacement). As assets are appropriately realigned to the remanufacture Line Items, the total contract price will be adjusted by modification. 4.Actual estimated price for award funding purposes will be determined by adding: CLIN 0001 Clean & Inspect: Qty56 Xproposed price = total for CLIN 0001 CLIN 0002 Heavy: Qty 56 X proposed price = total for CLIN 0002 (CLIN 0001 + CLIN 0002= Total estimated price for award funding purposes) 5.CLIN: 0001 CLEAN AND INSPECT NSN: 2840-01-453-9312PN and 2840-01-187-3054PN (INPUT)/2840-01-453-9312PN (OUTPUT) PN: 9999M78P09 NOUN: F108 HPT Outer Nozzle Support PR: FD2030-09-07939 Firm Fixed Price Contract QUANTITY: 56 each DELIVERY: 7 ea 30 Day ARO SHIP TO: FB 2039 OC ALC Tinker AFB Central Receiving 7401 Arnold St Bldg 506, Door 22 73145-9013 405-739-2349 MARK FOR: Acct 09 F.O.B.: Origin INSPECTION/ACCEPTANCE: Origin PACKAGING: IAW WITH AF Form 158 (Attachment 4) CLIN: 0002 HEAVY REMANUFACTURE WITH FLANGE REPLACEMENT NSN: 2840-01-453-9312PN and 2840-01-187-3054PN (INPUT)/2840-01-453-9312PN (OUTPUT) PN: 9999M78P09 NOUN: F108 HPT Outer Nozzle Support PR: FD2030-09-07939 Firm Fixed Price Contract QUANTITY: 56 each DELIVERY: 7 each 30 Days ARO SHIP TO: FB 2039 OC ALC Tinker AFB Central Receiving 7401 Arnold St Bldg 506, Door 22 73145-9013 405-739-2349 MARK FOR: Acct 09 F.O.B.: Origin INSPECTION/ACCEPTANCE: Origin PACKAGING: IAW WITH AF Form 158 (Attachment 4) CLIN 0003 MEDIUM REMANUFACTURE WITHOUT FLANGE REPLACEMENT NSN: 2840-01-453-9312PN and 2840-01-187-3054PN (INPUT)/2840-01-453-9312PN (OUTPUT) PN: 9999M78P09 NOUN: F108 HPT Outer Nozzle Support PR: FD2030-09-07939 Firm Fixed Price Contract QUANTITY: 56 each DELIVERY: 7 each 30 Days ARO SHIP TO: FB 2039 OC ALC Tinker AFB Central Receiving 7401 Arnold St Bldg 506, Door 22 73145-9013 405-739-2349 MARK FOR: Acct 09 F.O.B.: Origin INSPECTION/ACCEPTANCE: Origin PACKAGING: IAW WITH AF Form 158 (Attachment 4) CLIN 0004 LIGHT REMANUFACTURE WITHOUT FLANGE REPLACEMENT NSN: 2840-01-453-9312PN and 2840-01-187-3054PN (INPUT)/2840-01-453-9312PN (OUTPUT) PN: 9999M78P09 NOUN: F108 HPT Outer Nozzle Support PR: FD2030-09-07939 Firm Fixed Price Contract QUANTITY: 56 each DELIVERY: 7 each 30 Days ARO SHIP TO: FB 2039 OC ALC Tinker AFB Central Receiving 7401 Arnold St Bldg 506, Door 22 73145-9013 405-739-2349 MARK FOR: Acct 09 F.O.B.: Origin INSPECTION/ACCEPTANCE: Origin PACKAGING: IAW WITH AF Form 158 (Attachment 4) CLIN: 0005 ADDITIONAL REPAIRS REQUIRING PCO AUTHORIZATION NSN: 2840-01-453-9312PN and 2840-01-187-3054PN (INPUT)/2840-01-453-9312PN (OUTPUT) EFFORT INCLUDES WELD AFT LIP, DIAMETER D REPAIR, PLASMA SPRAY AFT SEAL CAVITY, PLASMA SPRAY AND HARD COAT AFT SEAL CAVITY PN: 9999M78P09 NOUN: F108 HPT Outer Nozzle Support PR: FD2030-09-07939 Firm Fixed Price Contract QUANTITY: TBD each DELIVERY: 7 ea 30 Day ARO SHIP TO: FB 2039 OC ALC Tinker AFB Central Receiving 7401 Arnold St Bldg 506, Door 22 73145-9013 405-739-2349 MARK FOR: Acct 09 F.O.B.: Origin INSPECTION/ACCEPTANCE: Origin PACKAGING: IAW WITH AF Form 158 (Attachment 4) CLIN 0006 DATA AFMC FORM 413 DEPOT MAINTENANCE PRODUCTION REPORT REQUIRED IAW DD FORM 1423-1 (CDRL: A001) INSPECTION: Destination ACCEPTANCE: Destination INSPECTION/ACCEPTANCE REPORT: IAW CDRL: A001 QUALITY ASSURANCE: IAW CDRL: A001 CLIN 0007 DATA CAV REPORT AF REPORTING IAW DD FORM 1423-1 & APPENDIX B (A002) INSPECTION: Destination ACCEPTANCE: Destination INSPECTION/ACCEPTANCE REPORT: IAW CDRL A002 QUALITY ASSURANCE: IAW CDRL: A002 6. For purpose of award, offers will be evaluated as follows. The factors used in these calculations are for evaluating proposals only. These numbers are NO indication of the condition of the assets or the level of effort it wil take to repair the assets. Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated by the application of cost or price analysis techniques. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or subline items. Offers that are determined to be unbalanced may be rejected if the contracting officer determines that the lack of balance poses an unacceptable risk to the Government. Evaluation Factors Order of Importance Price or Cost 01 *Price or cost will be evaluated as follows: CLIN 0001 Clean and Inspect: Qty 56 X Proposed Price Each =Total for CLIN 0001 CLIN 0002 Heavy: Qty 56 X Proposed Price Each X 80% =Total for CLIN 0002 CLIN 0003 Medium: Qty 56 X Proposed Price Each X 10% = Total for CLIN 0003 CLIN 0004 Light: Qty 56 X Proposed Price Each X 10% = Total for CLIN 0004 CLIN 0005 Additional: Total amount proposed for CLIN 0005 X 25% = Total for CLIN 0005 Past Performance (red, yellow, & green) 02 Delivery (please supply delivery on each individual CLIN) 03 7. Packaging and Marking IAW AF Form 158, Packing Requirements. 8. Transportation IAW DD Form 1653, Transportation Data for solicitations. 9. For additional information, please contact Amy Barnes at (405) 736-4227 or amy.barnes@tinker.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA812109Q0024/listing.html)
 
Record
SN01915973-W 20090820/090819000408-b7feb71e5bba7149a635d47d898f9c07 (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.