SOLICITATION NOTICE
H -- CFM56-2-C1 ENGINE AND ACCESSORIES ASSESSMENT
- Notice Date
- 8/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Edwards, CA93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND14518011Q
- Response Due
- 9/8/2014
- Archive Date
- 8/19/2015
- Point of Contact
- Jim Kitahara, Contracting Officer, Phone 661-276-5355, Fax 661-276-3374, Email James.E.Kitahara@nasa.gov
- E-Mail Address
-
Jim Kitahara
(James.E.Kitahara@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) operates a Douglas (Boeing) DC-8-72 as an airborne science laboratory called the DC-8. The DC-8 project owns four (4) CFM56-2-C1 engines as spares (one each of which is in current configuration and in current airworthiness status). In support of the DC-8 science project, NASA/AFRC has a requirement to perform a one-time maintenance inspection for configuration compatibility and to assess the airworthiness status on three (3) each of the four DC-8 CFM56-2-C1 engines. The overall objective of the requirement is to have the three (3) currently non-airworthy engines assessed for proper interfaces and configuration to facilitate installation on the DC-8; and to also include a detailed engine records review to identify any and all inspection/maintenance items required and/or currently due before operation of the engines. The detailed records inspection is to include a report on component time remaining and recommend inspections, maintenance/repairs, service letters, service bulletins, and airworthiness directives to be complied with in order to bring engines to airworthiness. The assessment for compatibility and engine records review for airworthiness shall be performed at the NASA Armstrong Flight Research Center facility located at Edwards Air Force Base, California. Subject Engine Information: CFM56-2-C1 Engine # 1 S/N 692477 Engine # 2 S/N 692539 Engine # 3 S/N 693293 In accordance with the Attachment A -- Statement of Work (SOW), the Contractor shall comply with the technical requirements delineated in Sections 2.0 Objectives, 3.0 Scope, 4.0 Tasks, and 5.0 Deliverables. The minimum technical qualification requirements for performance are listed in Section 6.0 Performance/Qualifications (also see the additional technical capability/acceptability criteria listed in the FAR 52.212-2 evaluation provision); and the performance schedule is identified in Section 7.0 Period of Performance. The contract pricing (e.g. fixed-price) of the work requirements shall include all travel and per diem, labor, materials, and equipment costs as necessary to complete the identified inspection/review work and shall also include the submittal of deliverables (see Section 5.0 Deliverables and Attachment B -- DRD-1 Deliverables/Reports).Performance of the identified maintenance requirements for airworthiness of the engines is not covered by this requirement (the Government will determine at a later date how to execute any the identified maintenance actions required upon receipt of the deliverables required under the contract). The specifications and attachments (e.g. Attachment A - SOW, Attachment B - DRD-1 Deliverables/Report(s), Attachment C - Quality Q-1 Form, and Attachment D - DFRC Form 735-1 Visit Request) are linked above or may be accessed at http://prod.nais.nasa.g ov/cgi-bin/eps/bizops.cgi?gr=C&pin= NOTE: In addition to the SOW and other attachments, a copy of the available engine maintenance logs (e.g. engine mini-packs and other maintenance documentation received when NASA purchased the engines - last known operator was UPS in 2009-2010) will be available upon the written request to the Contracting Officer. Distribution of the engine maintenance logs will be limited to verified and validated potential offerors only (i.e. the requestor must represent a business that actually provides the type of aircraft maintenance services being requested). This notice 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.g ov/cgi-bin/eps/bizops.cgi?gr=C&pin=.The information required by FAR Subpart 12.6 is included in the on-line RFQ. The procurement is not restricted. The NAICS Code and Size Standard are 488190 and $30M, respectively. The DPAS Rating for this procurement is Not a Rated Order. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). All contractual and technical questions must be submitted in writing through the Contracting Officer (e-mail or FAX) to: NASA/Armstrong Flight Research Center, P.O. Box 273, Edwards, CA 93523-0273. Point of Contact: Jim E. Kitahara - Contracting Officer, Phone (661) 276-5355, Fax (661) 276-3374, Email james.e.kitahara@nasa.gov not later than August 29, 2014. Telephone questions will not be accepted. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND14518011Q/listing.html)
- Record
- SN03470744-W 20140821/140819235931-cfcf70e730a3436fe3ab4dd3c1fab730 (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 |