MODIFICATION
49 -- Repair of Engine Test Stand (T20 & T21 Series)
- Notice Date
- 11/19/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8519-11-R-21050
- Archive Date
- 7/29/2011
- Point of Contact
- Robert E Rollins, Phone: 478-222-1900
- E-Mail Address
-
robert.rollins@robins.af.mil
(robert.rollins@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The contractor selected for award shall support the repairs of various T20 and T21 engine test stands as well as supporting the commissioning of a test stand that is moved from one location to another. Commissioning will included installation and verification of correct operation. The Contractor shall also provide a phone based technical support hotline to trouble shoot and/or resolve the field user's issues. The resulting contract shall be a D type contract with task orders for specific engine test stand repairs. A Solicitation will be isssed via this notice at a later date. NSN: 4920-01-325-8120, 4920-01-470-6508, 4920-01-458-2053, 4920-01-041-5863, 4920-01-515-4970, 4920-01-041-5862, 4920-01-325-2244 P/N: T-20B, T-20C, T-21D, T-20, T-20A, T-21, T-21A Noun: Air Force Engine Test Stands Best Estimated Qty: YR01 - 45EA, YR02 - 45EA, YR03 - 45EA, YR04 - 45EA, YR05 - 35EA distributed among the NSNs. APPL: The T20 type test stand supports testing, at the Intermediate Maintenance Level, of turbojet and turbofan aircraft engines that exist in the Air Force inventory to evaluate problems so that repairs can be accomplished. The T21 type test stands accomplish the same objective for T56 turboprop engines. It is expected that the pricing arrangement for repairs will be Time and Materials due to the Air Force's inability to identify root cause of failures. Efforts will be made to create firm-fixed prices for repetitive tasks through cost data gathered during the performance of this contract. Firm-Fixed Price shall be used for the phone support and the commissioning efforts. The work is to be performed at the site, at the Contractor's facility, or a combination of both locations with local facility assistance as required. Sufficient tests will be performed to ensure the problem has been resolved before the job is considered complete. If repair is OCONUS, Contractor must be in compliance with theater clearance and DFARS PGI 225.74 per work order instructions. In instances where the work involves support for a relocated test stand, the job may consist of repair as well as supporting preparation and verification of correct operation. During an effort involving a relocated unit, the Contractor support for the commissioning will include calibration and engine runs. Repairs shall be completed 30 days after order is placed. The contractor shall supply a 90 day warranty for repairs. Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation data. All requests for copies of the solicitation data must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS United States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. This acquisition will be solicited under a small business set aside. All inquiries shall be made by email to robert.rollins@robins.af.mil, or by fax 478-222-1854. No phone inquires shall be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-11-R-21050/listing.html)
- Record
- SN02330871-W 20101121/101119234145-9fc55e875b13b4062ad455dc7c91b60b (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 |