SOLICITATION NOTICE
16 -- Tooling Kit with various tools to support the T44 aircraft. Parts and material outlined within the statement of work.
- Notice Date
- 3/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883612T0231
- Response Due
- 3/30/2012
- Archive Date
- 4/30/2012
- Point of Contact
- Linda F. Nelson 904-542-1077
- E-Mail Address
-
Business Email
(linda.f.nelson@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-12-T-0231 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 336413 and the business size standard is 1000 employees. Fleet Contracting Center plans to procure the following: Tooling and material to support the T44 aircraft, IAW attached statement of work. STATEMENT OF WORK (SOW) T-44 Tooling and Material 1.0Background: There are (54) T-44 trainer model aircraft in the Chief of Naval Air Training (CNATRA) inventory used by the U.S. Navy for naval flight training. The Fleet Readiness Center Southeast (FRCSE) Jacksonville, FL provides maintenance support for these aircraft. There are currently (53) T-44 aircraft undergoing modification to incorporate engine indicator upgrades. 2.0Scope of Work: The contractor shall provide the tooling and material listed in section 4.0 of this SOW to support T-44 engine indicator upgrades. Hereafter, tooling and material will be identified as material. 3.0Directives: -SAE AS9100C- Quality Management Systems Requirements for Aviation, Space and Defense Organizations 4.0Requirements: 4.1Aircraft Materials Lists: 4.1.1 The following material does not have to be in new and RFI condition. Surplus material will be accepted. Part numbers listed are brand name or equal. Part NumberContractor NomenclatureQuantity 90-820000-1Hawker Beechcraft Gear, Nose Landing2 50-810304-65 Gear, Left Main Landing 2 50-810304-66 Gear, Right Main Landing2 4.1.2 The following material shall be in new and RFI condition. No surplus material will be accepted. Part numbers listed are brand name or equal. Part NumberContractor NomenclatureQuantity DMC1939Daniels Mfg Inc. Tooling, Crimp1 DMC1940 Tooling, Crimp1 DMC1941 Tooling, Crimp1 902-10808-50Honeywell Cable, Magnetic Pickup2 906-5876 Magnetic Pickup Model 30302 905-4282 Interrupter Fixed Wing General2 903-4284 Bracket Magnetic Pickup2 TK-1573-918Raytheon Propeller Beta Ring Puller1 AST-2877 Torque Wrench Adapter1 4.1.3 The following material shall be in new and RFI condition. No surplus material will be accepted. Part numbers listed are brand name or equal. Part NumberContractor NomenclatureQuantity TT1000ABarfield, Inc. Pressure temperature test Set1 10A455SFischer & Porter Flow Material1 2311FA Barfield, Inc. Pressure Tester1 304-00006Barfield, Inc. 0-200psi Digital Gauge1 5.0AS9100 Standards for Aeronautical Items FRCSE: The contractor shall notify the Government immediately following a determination that a non-conforming item has been tendered for acceptance. Furthermore, the contractor shall notify the Government of any component product or manufacturing process change implemented by the contractor on any item identified in this contract. The contractor shall provide access of all applicable records and facilities involved in the manufacture of support items to the Government upon request. The contractor shall ensure the requirements identified herein are incorporated in all orders, agreements, contracts, etc. with sub-contractors for all products to be provided under this contract. Contracts for open purchase shall be maintained for 3 years. 6.0Quality Standards All aircraft component quality standards shall be in accordance with SAE AS9100B- Quality Management Systems-Aerospace requirements. All materials shall conform to OEM specifications, technical data, and other applicable directives as identified in the SOW to meet acceptable requirements to the Government. The contractor shall have a quality control system which meets the requirements of the Federal Aviation Administration, and best commercial practices. The contractor shall maintain a quality assurance program for all materials at contractor and subcontractor operational sites. Quality shall be ensured throughout the program in all areas of fabrication, assembly, inspection, testing, and shipping sites. 7.0Delivery: The contractor shall be responsible for damage incurred during shipping to any of the locations listed below. If any discrepancies are noted during inspection, the discrepant material will not be accepted and will be returned to the contractor for replacement. The contractor shall replace defective material and deliver material at no additional cost to the Government. Partial deliveries are acceptable. However, all material shall be delivered within 45 days after receipt of the contract. All material shall be shipped using standard approved commercial packaging & shipping practices, and shall be shipped by traceable means. The following documentation shall be provided for each shipment: Itemized packing slip along with contract number Certificate of Conformance or FAA 8130 document for each aircraft component within the shipment Material shall be delivered to: 7.1 Those items listed in paragraph 4.1.1 shall be delivered to the following address: Naval Air Station Jacksonville Fleet Readiness Center Southeast Hangar 140 Jacksonville, FL 32212-0016 Attn: Peter Bernard (904) 790-6609 Email: peter.bernard@navy.mil 7.2 Those items listed in paragraph 4.1.2 shall be delivered to the following address: Naval Air Station Jacksonville Fleet Readiness Center Southeast Bldg 6G, 2nd Floor Jacksonville, FL 32212-0016 Attn: Craig Miller (904) 790-6061 Email: craig.a.miler@navy.mil 7.3 Those items listed in paragraph 4.1.3 shall be delivered to the following address: Naval Air Station Jacksonville Fleet Readiness Center Southeast Bldg 6G, 2nd Floor Jacksonville, FL 32212-0016 Attn: Charlotte Faulk (904) 790-6062 Email: charlotte.faulk@navy.mil 8.0Deliverables: The contractor shall provide an email to the Government Technical Representative for each shipment indicating the following: -Method of shipment & tracking number - 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractor s commercial warranty. Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 1:00 P.M, March 30, 2012. Quotations must be in writing and may be faxed or emailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-542-1111 Telephone 904-542-1077, Linda.f.nelson@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/157dece2aa2cc84cab31bff01b29d0f3)
- Record
- SN02701976-W 20120323/120321234952-157dece2aa2cc84cab31bff01b29d0f3 (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 |