Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
SOLICITATION NOTICE

L -- UH-60A Engine Vibration Analysis

Notice Date
5/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-13-T-0005
 
Response Due
6/7/2013
 
Archive Date
7/30/2013
 
Point of Contact
Pat Hagginbothom, 757-878-2900
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(pat.hagginbothom@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. This is a combined synopsis/solicitation for commercial items preparded in accordance with the formate in Subpart 12.6, as supplemented with additional information included in this notice. Solicitation Number W911W6-13-T-0005 is issued as a Request for Quote (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a labor hour purchase order. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The applicable North American Industry Classification Standard (NAICS) code is 541330. The small business size standard is $14 million. AATD intends to purchase, on a sole-source basis under the authority of FAR clause 13.106-1(b), UH-60A Engine Vibration Analysis which shall be used for determining continued airworthiness of a T-700 engine after an extended vibratory velocity limit was exceeded. Vibration suppression testing is currently underway at Fort Eustis, VA and there exists a potential of exceeding the extended maximum total vertical, lateral, or radial vibratory velocity limit of 7.0 in/sec or axial limit of 5.0 in/sec for more than 5 seconds duration at frequencies between 4 Hz and 50 Hz. If this limit is exceeded, AATD will provide data from eight accelerometers on the offending engine for analysis. The locations of the eight accelerometers are as follows: two (2) exhaust frame accelerometers at STA 231.8 at 1:30 and 4:30 radial positions, one (1) accessory gearbox accelerometer measuring vertical accelerations at STA 203.5 WL 107.07 BL 88.83, one (1) mainframe accelerometer measuring vertical accelerations at STA 195.31 WL 90.8 BL 100, two ( 2) mid-frame accelerometers at STA 218 at 1:30 and 3:30 radial positions, two (2) mainframe accelerometers at STA 200 measuring axial and horizontal vibrations located at 3:00 or 9:00 depending on whether engine #1 or #2. From this data, analysis will be conducted in order to produce a recommendation on the engine's continued use in an airworthy aircraft. This recommendation will be provided to AATD in a written report with substantiating details from the analysis. The intended source for this unit is General Electric Company located at One Neumann Way, Cincinnati, Ohio 45215. Delivery of the in-depth analysis is expected to be ten (10) days After Receipt of Order and the submitted data. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Also, in accordance with the FAR 52.213-3, all prospective offerors must be actively registered in the System for Award Management (SAM) Web site www.sam.gov prior to award. Clauses incorporated by reference include FAR 52.204-7, Central Contractor Registration; FAR 52.204-13, Central Contractor Registration Maintenance; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.212..7001, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Re-representation; 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222.25, Affirmative Action; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest after Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.237-7010, Prohibition on interrogation of detainees by contractor personnel; 252.247-7023, Transportation of Supplies by Sea, Alternate III; and 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at the following link: http://farsite.hill.af.mil. The successful offeror must submit their invoices through the Wide Area WorkFlow Web site http://wawf.eb.mil and must be in good standing with the Government according to the Active Exclusion Record located in the SAM Web site. Technical acceptance provides for adherence to the requirement as identified above. General Electric Company is the only known source; however, interested persons may identify their interest and capability to respond to the requirement and submit a quote. All responsible sources that submit an offer will be considered. Quotes are due not later than June 07, 2013, 1:00 p.m. EST and shall be submitted by e-mail to patricia.a.hagginbothom.civ@mail.mil or by regular mail to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Pat Hagginbothom), 401 Lee Boulevard, Fort Eustis, VA 23604-5577. The Contracting Officer point of contact is Rhonda Buckanin at rhonda.m.buckanin.civ@mail.mil or at 757-878-2900. Technical questions must be directed through the contracting office individuals identified above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c7401c2ed29ba76b68e2e842607843c0)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN03076814-W 20130602/130601000300-c7401c2ed29ba76b68e2e842607843c0 (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.