Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2022 SAM #7652
SOLICITATION NOTICE

J -- Rolls Royce MK511-8 Engine Extraction, Conversion, Overhaul, Storage, & Return to Service

Notice Date
11/10/2022 10:53:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NASA ARMSTRONG FLIGHT RESEARCH CNTR EDWARDS CA 93523 USA
 
ZIP Code
93523
 
Solicitation Number
80AFRC23R0006
 
Response Due
11/17/2022 12:00:00 PM
 
Archive Date
12/02/2022
 
Point of Contact
Jenny Staggs, Phone: 6612767029, Lauren Bechel, Phone: 6612762008
 
E-Mail Address
jenny.y.staggs@nasa.gov, lauren.bechel@nasa.gov
(jenny.y.staggs@nasa.gov, lauren.bechel@nasa.gov)
 
Description
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) under solicitation number 80AFRC23R0006 for the Rolls Royce MK511-8 Engine Extraction, Conversion, Overhaul, Storage, & Return to Service requirement.� The provisions and clauses in the RFP are those in effect through FAC FAC 2022-08. The NAICS Code and Size Standard are 336412 and 1500 employees, respectively. �The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Delivery of two MK511-8 engines to overhaul facility and back to NASA AFRC upon completion of overhaul services. Estimated completion is on or before November 30, 2023. Delviery shall be free on board (FOB) Destination. Except for the engine overhaul services, the place of performance for these tasks will be at NASA Armstrong Flight Researcg Center facilities located at Edwards Air Force Base, California. �Engine overhaul services will occur at the location of the contracted company. Offers for the items(s) described above are due by 12:00 PM PST on November 17, 2022 to Jenny Staggs at jenny.y.staggs@nasa.gov and Lauren Bechel at lauren.bechel@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. �Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items� NASA Clause 1852.215-84, Ombudsman, is applicable. �The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf � This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).�� � Prospective offerors are encouraged to notify this office of their intent to submit an offer. �All contractual and technical questions must be submitted electronically via email to Jenny Staggs at jenny.y.staggs@nasa.gov and Lauren Bechel at lauren.bechel@nasa.gov not later than Tuesday, November 15 by 2:00 PM PST. �Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than �12:00 PM PST on November 17, 2022 to Jenny Staggs at jenny.y.staggs@nasa.gov and Lauren Bechel at lauren.bechel@nasa.gov. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFP shall result in the proposal being considered late, and shall be handled in accordance with, FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Nov 2021) �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cad8aca7a9e543ea8a769a3d5b36d22b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06514764-F 20221112/221110230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.