MODIFICATION
28 -- HP & LP Blade Purchase for AGT 1500
- Notice Date
- 10/16/2009
- Notice Type
- Modification/Amendment
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
- ZIP Code
- 66611-1170
- Solicitation Number
- W912JC-09-R-5729
- Archive Date
- 11/20/2009
- Point of Contact
- Robert M. Parvin, Phone: 785-274-1944
- E-Mail Address
-
robert.parvin@us.army.mil
(robert.parvin@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. Contract Type: This solicitation will be awarded as an Indefinite Delivery – Indefinite Quantity contract. The base year contract begins July 2009 thru July 2010 with the option for four additional one-year periods. The additional one year contract options are exercised if the product performance and customer service from the contractor is deemed to be of a satisfactory or better nature to include an evaluation of on time deliveries and ratio of successful inspected items. The estimated quantities will contain a guaranteed minimum order of 100 of each type blade. Estimated yearly order is 5,000 multiple awards WILL NOT be made under this solicitation. LPC 1st Stage Blades, Army Part # 12286182, 3-100-127X06; LPC 2nd Stage Blades, Army Part # 12286155, 3-100-022-07; LPC 3rd Stage Blades, Army Part #12284510, 3-100-023-05; LPC 4th Stag e Blades, Army Part #12284619,3-100-024-04; LPC 5th Stage Blades, Army Part # 12286158, 3-100-025-06; HPC 1st Stage Blades, Army Part # 12286316, 3-106-074-11; HPC 2nd Stage Blades, Army Part #12286317, 3-106-075X02; HPC 3rd Stage Blades, Army Part # 12286318, 3-106-076-01; HPC 4th Stage Blades, Army Part # 12286319,3-106-077-02. Schedule: Offerors shall submit a delivery schedule. Awarded contractor will also provide a weekly status report of each item. The weekly status report will include but is not limited to nomenclature, P/N, order #; qty left on order, qty at facility, lead time and estimated delivery date. Delivery shall be FOB Destination with deliveries to Advance Turbine Engine Army Maintenance (ATEAM), 741 Ray RD, FT Riley, KS 66440-0345. Cost: The award will be determined by the offer that is Lowest Price and Technically Acceptable. A technically acceptable proposal is one in which the contractor meets all requirements listed in the solicitation. To be technically acceptable you must be an approved vendor of the U.S. Army Tank Command, Warren, MI 48375-500 and Honeywell, Inc., Defense & Space, 1300 W. Warner Road, Tempe, AZ 85285-2000.. Lowest price will be evaluated by the lowest overall price of the aggregate sum of base year and all option years. Technical: Offerors must submit an RFP that includes detailed information about their manufacturing process of this part as a requirement of technical acceptability standards to be considered for an award. These parts require engineering source approval by the design control activity (U.S.Army Tank Command) in order to maintain the quality of the part. All offerors must meet qualification requirements in order to be eligible for award. Firms that recognize and can produce the required items described above are encouraged to submit a proposal. The OEM holds the proprietary technical specifications. Firms that recognize and can service the required item described above are encouraged to submit a proposal. Warranty: ATEAM is requiring the awarded contractor to provide a 1 year warranty for each part produced. The warranty will only be applicable to the workmanship and not misuse. If the part fails ATEAM incoming inspection (standards provided by ATEAM) ATEAM will log the part and contact awarded contractor to determine disposition. If the part fails due to workmanship and within the year time frame of the warranty ATEAM will log the part and contact contractor for a unit replacement. Past Performance: Information should include a list of prior contracts for this item awarded within the past 3 years if applicable. The information shall include a valid point of contact, mailing address, telephone number, contract number and dollar amount. Not doing so or having negative past performance with a previous vendor may cause the offeror to be found not technically acceptable and removed from consideration of award. Applicable Information: In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. The Offeror’s Reps and Certs are to be updated through the ORCA website at https://orca.bpn.gov/. Multiple awards will not be issued. This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-28 effective as of 12 Dec 2008. All clauses and provisions as of the date of the notice apply to this solicitation. The provision at FAR 52.212-3, Offerors Representations and Certifications 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 applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 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 52.272-3 Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 252.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50, Combating Trafficking in Persons 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer –Central Contractor Registration The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. For questions please e-mail robert.parvin@us.army.mil PROPOSAL PREPARATION INSTRUCTIONS J.1. These instructions prescribe the format for the proposal, and describe the approach for the development and presentation of the proposed data. The proposal shall include all of the information requested in the specific instructions. Failure to include all information requested may adversely affect the evaluation. A proposal that merely reiterates or promises to accomplish the requirements of the RFP may be considered unacceptable. A proposal that is orderly and sufficiently documented will be easy for the Government to understand and will enable the Government to perform a fair and thorough evaluation. This RFP does not commit the Government to pay costs incurred in preparation and submission of proposal information. J.2. Offerors are cautioned to submit enough information to enable the Government to fully ascertain each offeror’s capability to perform all of the requirements contemplated by this solicitation. All commitments made in the proposal may become a part of the resultant contract. The data submitted with each proposal should be complete and concise, but not overly elaborate. Any materials submitted but not required by this solicitation, (such as company brochures), shall be relegated to appendices. Excessive reliance on promotional brochures is discouraged. J.3.Binding. Elaborate format and binding are neither necessary nor desirable. All binders, (3 ring type is preferred) will be capable of lying flat when opened. The cover and spine of each binder will clearly identify the offeror’s name, RFP number, RFP title and copy number, (e.g. copy 2 of 3). The original for each volume will be clearly identified on the cover and the spine. All binders will allow for easy removal and replacement of pages. Submit the original and three copies of your proposal. J.4. Offeror may, at the discretion of the Contracting Officer, be asked to provide clarifications regarding their proposals. The offeror shall be held responsible for the validity of all information supplied in their proposal. Should subsequent investigation disclose that the facts and conditions were not as stated, the proposal may be rejected or contract terminated for default after the contract award. J.5. Each proposal shall give the complete mailing address of the contractor and be signed by an authorized representative by original signature with his or her name and legal title typed below the signature line. If the contract’s contact will be a different entity, indicate that individual’s contact information for communication purposes. Each proposal shall include the contractor's tax number. J.6. A contractor may modify a proposal by letter or by FAX transmission at any time prior to the closing date and time for receipt of proposals. J.7. A proposal may be withdrawn on written request from the vendor to the Point-of-Contact at the Division of Facilities Management prior to the closing date. J.8 Any explanation desired by an offeror regarding the meaning or interpretation of the solicitation must be requested in writing and with sufficient time allowed for a reply to reach offerors before the submission of their offer. All questions and requests for information (RFI) must be received NOT LATER THAN ten (10) calendar days prior to closing date of the solicitation. The Contracting Officer reserves the right to address questions received after this time following solicitation closing with those offerors in the competitive range should one be established. Any interpretations made will be in the form of an amendment of the solicitation and will be furnished to all prospective offerors via posting to www.fbo.gov. Receipt of an amendment by the offeror must be acknowledged in the space provided on the SF 33, or by returning a signed copy of the amendment by the time set for receipt of proposals. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. Any questions or requests for clarifications, and information concerning this solicitation must be submitted in writing by email, to the contracting specialist at robert.parvin@us.army.mil.. J.9. The right is reserved, as the interest of the Government may require, to revise or amend, the solicitation, specifications prior to and/or after the date set for receipt of proposals, as necessary. Such changes, if any, will be announced by an amendment or amendments to this Request for Proposal. All information relating to this RFP, including pertinent changes/amendments and other information applicable prior to the date set for receipt of proposals will be posted on the following website: www.fbo.gov. Though every effort will be made to provide email notification when a change is posted, such notification is NOT guaranteed and should not be expected. Offerors are strongly cautioned to check this site frequently and to “refresh” their web page to ensure they have the latest information. J.10. If the offeror takes exception to any of the requirements specified in this solicitation, the offeror shall clearly identify each such exception and include a complete explanation of why the exception was taken and what benefit accrues to the Government. All exceptions to the solicitation requirements and supporting rationale shall be included in an addendum to the proposal and clearly labeled "Exceptions". An addendum is only required if the offeror takes exception to any requirement in the solicitation. (The Addendum does not have a page limitation, but shall only include information relevant to exceptions taken to the solicitation requirements.) The Government will assume an offeror takes no exceptions to any solicitation requirement if the offeror does not submit an Addendum identifying exceptions. Offerors are advised that solicitation requirements are not necessarily negotiable and such exceptions may render an offeror's proposal unacceptable and ineligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-09-R-5729/listing.html)
- Place of Performance
- Address: 741 Ray RD, FT Riley, Kansas, 66440-0345, United States
- Zip Code: 66440-0345
- Zip Code: 66440-0345
- Record
- SN01986975-W 20091018/091016235040-a6f4ba8a3b64203e4f1a57244211540b (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 |