Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

29 -- Repair Outer Shroud Assembly

Notice Date
5/12/2010
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-10-R-5714
 
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 synopses prepared in accordance with FAR Part 5.207 for the procurement of repair services non-commercial items (Outer Shroud Assembly) for usage with the AGT 1500 Gas Turbine Engine ATEAM at FT Riley, KS. The solicitation announcement to follow will be a request for proposal to award an Indefinite Delivery and Indefinite Quantity (IDIQ) contract for repair services on the Outer Shroud Assembly NSN 2835-01-074-3444, with a base year and four option years. The Solicitation will be a restricted to contractors that have a quality control process reviewed and certified by an external agency, such as ISO (International Organization for Standardization), NADCAP (National Aerospace and Defense Contractors Accreditation Program), or equivalent quality assurance review processes. The award will be considered on a Lowest Price Technically Acceptable basis. Technical data is unavailable for this item/assembly. Technical information is proprietary to the OEM. For companies that are familiar with the aforementioned repair process and have established past performance are encouraged to submit proposals. Estimated quantities: A m aximum quantity of 150 units for the first base year and 150 units thereafter for every option year exercised; this number is an estimate and does not entitle an awarded contractor to an equitable adjustment if the maximum quantity is not ordered. The minimum quantity is 20 units total for the duration of this contract (e.g. if 20 units are issued for a delivery order during the base year the requirement for the contract minimum for the duration has been fulfilled and no further orders are required to be made by the customer unit regardless if an option year has been exercised). For offerors submitting estimates in the RFP please use the minimum production number to calculate price to ensure all offers are evaluated equally. The vendor shall have the capability to manufacture up to the estimated maximum with 210 days ARO. The KS ATEAM annual production schedule will determine the quantity ordered. Upon refurbishment of the asset(s), the contractor shall be required to ship the asset to: KS ATEAM, Bldg 741, Ray RD, Fort Riley, KS 66442.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-10-R-5714/listing.html)
 
Place of Performance
Address: BLDG 741, Ray RD, FT Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN02147151-W 20100514/100512234651-f2fa607fd4d613220321dd21976085df (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.