Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2010 FBO #3206
SOLICITATION NOTICE

29 -- TECHNICAL MANUALS - PWS

Notice Date
9/2/2010
 
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
FA8124-10-R-0012
 
Archive Date
12/31/2010
 
Point of Contact
Diana K. Ashford, Phone: 4057346409, Bettye Clay, Phone: 4057346348
 
E-Mail Address
diana.ashford@tinker.af.mil, bettye.clay@tinker.af.mil
(diana.ashford@tinker.af.mil, bettye.clay@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRL Performance Work Statement COMBINED SYNOPSIS & SOLICITATION 29 - Technical Manuals (Procurement and Delivery of Commercial-Off-The Shelf (COTS) manuals and applicable Service Bulletins) SOL FA8124-10-R-0012 Estimated issue date: September 02, 2010 Estimated closing/response date: Sep 13, 2010 SOLICITATION Estimated issue date: Sep 13, 2010 SOLICITATION Estimated closing/response date: Sep 13, 2010 RFP#: FA8124-10-R-0012 PR# FD2030-10-25056 NOUN: Commercial Maintenance Manuals NSN: N/A PN: N/A Application: T53-L-703 Engine AMC: N/A History: Honeywell International Inc. Description: Procurement and Delivery of Commercial-Off-The Shelf (COTS) manuals and applicable Service Bulletins for T53-L-703 Engine This acquisition is a Sole Source procurement. Known qualified source: Honeywell International Inc. (CAGE # 99193). Note: This does not limit other qualified Businesses from proposing. Line items: PR Number (s): FD2030-10-25056 Item: 0001 Procurement and Delivery of Commercial-Off-The Shelf (COTS) manuals and applicable Service Bulletins for T53-L-703 Engine Description: This is a combined synopsis/solicitation for commercial services 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 Purchase Request Number is FD2030-10-25056. Combination synopsis/solicitation number is FA8124-10-R-0012. The solicitation is a request for proposal (RFP). Closing date for quotations will be received at the issuing office until: 13 September 10 at 4:00 Central Standard Time. The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-24 dated 28 Feb 08. The North American Industry Classification System Code (NAICS) is 336412. This is a five year contract (CY2010-CY2014). This is a requirement for line item 0001 for a quantity of 1. DESCRIPTION: 1. SECTION I -DESCRIPTION OF SERVICES The purpose of this Performance Work Statement (PWS) is to specify the requirements for the procurement and delivery of Commercial-Off-The-Shelf (COTS) manuals and applicable Service Bulletins. The COTS manuals are needed to perform Operation and Maintenance for the T53-L-703 engine. The COTS manuals are those technical publications developed by vendors to support their commercially available products, and may include user manuals, parts lists, schematics, etc. Generally, COTS manuals do not require verification. However the Government will review the manuals prior to acceptance to ensure the data meets the Governments requirements. In the event the manuals do not meet the requirements the Government may elect to have manuals developed to commercial specifications for support of the T53-L-703 program. 1.1 General Information 1.1.1 Offerors shall propose the use of existing commercial manuals to the maximum extent possible without impairing program support objectives. The proposal will describe the method used to recommend and submit specific manuals to the government for review and approval. See Table 1-1. DI-TMSS-80527 B and MIL-HDBK-1221 will be used as a guide for evaluating the manuals for acceptance. This handbook applies to manuals that support: 1) equipment designed and manufactured for commercial use, and 2) commercial equipment used in commercial or military equipment. Table 1-1 TO Number, Title or Type of Manual COMMERCIAL MANUAL Location at OC-ALC Location at WR-ALC Location at AETC Location at Ft. Rucker Maintenance Manual YES X X X X Repair Manual YES X X X X Overhaul Manual YES X Standards of Practice Manual YES X X X X Illustrated Parts Breakdown YES X X X X Service Bulletins YES X X X X 1.2 Subsequent TO/Data Requirements 1.2.1 Offerors shall propose a process for notifying the government when additional TO or source data requirements are identified subsequent to contract award. Provide contractor generated changes/updates to their technical manuals. This process shall require government review and approval of recommended additional requirements prior to contractual approval. Contractor Furnished Aeronautical Equipment/Contractor Furnished Equipment (CFAE/CFE) Notices, Data Item Description (DID) DI-TMSS-80067 (http://dodssp.dpas.dls.mil/assist.htm), may be used to provide recommendation data. 1.2.2 Offerors shall propose a process for providing Service Bulletins for recommended improvements/changes to contractor's servicing procedures. Provide contractor generated Service Bulletins to their equipment. 1.3 Data Rights 1.3.1 Government rights in data are specified in the Defense Federal Acquisition Regulation supplement (DFARS), paragraphs 227-7102 through 227-7104. Offerors shall propose Unlimited Rights for all source data and TOs prepared specifically for the contract. If some TOs or source data are copyrighted or contain proprietary data or procedures, offerors may propose Limited Rights or Government Purpose License Rights (GPLR) only. Proposed commercial manuals should be provided with at least GPLR or Limited Rights. Copyrights shall be according to DFARS paragraphs 227-7103, 7105 or 7106. GPLR is the right to use, reproduce, display or disclose technical data, in whole or in part and in any manner, for Government purposes only and to permit others to do so for Government purposes only. Includes purposes for competitive procurement but does not grant to the Government the right to have or permit others to use technical data for commercial purposes. 1.4 APPLICABLE DOCUMENTS 1.4.1 Specifications, standards, and handbooks. The following form a part of this document to the extent specified herein and is referenced for guidance only. Unless otherwise specified, the issue of the documents below will be those listed in, and supplement to, the Department of Defense Index of Specifications and Standards (DODISS). Refer to Appendix "C". 1.5 PERIOD OF PERFORMANCE: 1 October 2010 thru 30 September 2014 1.6 MISSION ESSENTIAL SERVICES. N/A 2. SECTION II SERVICE SUMMARY The Contractor shall be aware that in the absence of any contract threshold from service summary does not detract from its enforceability nor limit the rights or remedies of the Government under any other provision of the contract. The government will use the surveillance methods contained in the Performance Plan to evaluate the contractor's performance for the performance objective listed below. In the event the performance objective is not met, the Contractor will be given a reasonable time after notification to correct the unacceptable performance, if such correction is possible. The Contractor shall immediately take corrective action in accordance with the performance threshold(s). In cases where the Contractor fails to implement corrective action, the PCO will take appropriate measures. 2.1 PERFORMANCE THRESHOLDS The Contractor shall achieve performance thresholds for each required service identified in this Performance Work Statement. The performance thresholds are designed to: 2.1.1 Align contractor performance with objectives. 2.1.2 Focus on critical success factors in meeting performance objectives. 2.1.3 Reflect performance goals. 2.1.4 Promote continuous improvement in performance. 2.2 SURVEILLANCE METHODS The Contractor shall support the QAP's surveillance methods. The Government will use the methods contained in the Performance Plan (PP) to evaluate the Contractor's performance for the listed performance objectives. The QAP will monitor Contractor's performance to determine if it meets the contract thresholds as set forth in the performance measures and this Performance Work Statement. In the event the performance objective is not met, the PCO will issue written notification to the contractor. In cases where the contractor fails to implement corrective action, the PCO will take appropriate measures. A variety of surveillance methods may be used by the QAP such as: 2.2.1 Random sampling of recurring service outputs. 2.2.2 One hundred (100) percent inspection of the output. 2.2.3 Periodic inspection of the process or output. 2.2.4 Customer complaints 2.2.5 Technical Orders and AFMC Form 202 disposition NOTE: The OC-ALC/GKGDAA may use a combination of surveillance methods, as defined above, to monitor contractor's performance even though the specific surveillance method is not called out in Table 2-1 2.2.6 Contractor Performance Evaluation The Contractor shall be aware that the evaluation of performance will occur when OC-ALC/GKGDAA evaluates the service of the Contractor to determine whether or not it meets the performance measures of the contract. Table 2-1 Performance Standards Performance Objective PWS Paragraph Performance Threshold SS-1 Provide contractor generated changes/updates to their technical manuals 1.2.1. 95% of changes/updates are delivered within 21 calendar days of publication. SS-2 Provide contractor generated Service Bulletins to their equipment. 1.2.2. 95% of service bulletins are delivered within 21 calendar days of publication. 3. SECTION III - GOVERNMENT FURNISHED DATA AND SERVICES 3.1 Facilities and Data Storage Requirements 3.1.1 Facility: Not Applicable 3.1.2 Storage: Not Applicable It is suggested that small business firms or others interested in subcontracting opportunities in connection with described procurement make contact with the firm(s) listed. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement;(ii) price;(iii) past performance (see FAR 15.304); (iv) small disadvantaged business participation; Cost/Price and Technical Capability are of equal importance. b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (July 2010) (IAW FAR 12.301(b)(4)) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (Aug 1996)(31 U.S.C 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Pub. L. 108-77, 108-78). FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). FAR 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)). (iii) Alternate II (Oct 2001) of FAR 52.219-9. FAR 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). FAR 52.219-28, Post Award Small Business Program Representation (June 2007)(15 U.S.C. 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003)(E.O. 11755). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). FAR 52.222-36, Affirmative Action For Workers with Disabilities (June 1998)(29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). FAR (i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). FAR 52.225-13, Restriction on Certain Foreign Purchases (Feb 2006)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31.U.S.C. 3332). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). FAR 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007)(31 U.S.C. 5112(p)(1)). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008) (IAW DFARS 12.301(f)(iii)) FAR 52.203 3 Gratuities (APR 1984) (10 U.S.C. 2207). DFARS 252.219 7003 Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). DFARS 252.225 7012 Preference for Certain Domestic Commodities (MAR 2008) (10 U.S.C. 2533a). DFARS 252.226 7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). DFARS 252.243-7002 Requests For Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). 5352.201-9101 OMBUDSMAN (AUG 2005) (IAW AFFARS 5301.9103). DFARS 252.215-7004 EXCESSIVE PASS-THROUGH CHARGES (MAY 2008) (IAW DFARS 215.408(4)). FAR 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (APR 2008) (IAW FAR 19.708(b)(1)). FAR 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997) (IAW FAR 22.103-5(a)). FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989). DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (IAW DFARS 232.7102). FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS -- ALTERNATE I (APR 2002) (IAW FAR 12.301(b)(2)). DFARS 252.215-7003 EXCESSIVE PASS-THROUGH CHARGES--IDENTIFICATION OF SUBCONTRACT EFFORT (MAY 2008) (IAW DFARS 215.408(3)). FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV1999) (IAW FAR 17.208(f). FAR 52.217-9 OPTION TO EXTEND THE TERM OF CONTRACT (MAR 2000) (IAW FAR 17.208(g)). LOCAL NOTE C: OMBUDSMAN. Note: An ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or n the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273, DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note 22: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The full text of any clause can be found at: http//:farsite.hill.af.mil. Quotes should be mailed to: Diana Ashford/GKGK, 3001 Staff Drive Ste 2AA2 103C, Tinker AFB, OK 73145. Contact Diana Ashford at 405-734-6409 for information regarding this solicitation. Fax number is 405-734-3132. No collect calls. E-mail address: diana.ashford@tinker.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8124-10-R-0012/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, United States
 
Record
SN02266485-W 20100904/100903000407-6a8864206379ac551868809104961b09 (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.