Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,1997 PSA#1823

U.S. SPECIAL OPERATIONS COMMAND ATTN: AMSAT-D-TK 4300 GOODFELLOW BLVD. ST. LOUIS, MO 63120-1798

J -- SOL:OVERHAUL/REPAIR OF COMPONENTS ON THE MD-500 SERIES SOL USZA95-97-R-0017 DUE 042997 POC Point of Contact: Robert S. Blaine, Contract Specialist, Phone: 314-263-0857, Fax: 314-263-1828, E-mail: lbbaine@tapo1.tapo.stl.army.mil Contracting Officer, Richard J. Cooney, 314-263-2279 E-MAIL: Robert S. Blaine, contract Specialist, bblaine@tapo1.tapo.stl.army.mil. THIS IS A COMBINED SYNOPSIS AND SOLICITATION FOR OVERHAUL OF COMPONENTS ON THE MD-500 SERIES AIRCRAFT. This combined synopsis/solicitation is prepared IAW the format at FAR subpart 12.6, no other documentation is available. The incorporated clauses and provisions in effect through Federal Acquisition Circular 90-46. Offers must include a completed copy of the provision at FAR 52.212.3, offeror certifications and representations. Overhaul/Repair of components for McDonnell Douglas Helicopter Syste ms (MDHS) MD-500 series helicopters. This procurement is a 100% Small Business Set-Aside. All parts used in the overhaul of these items must be new Original Equipment manufacturer (OEM) parts. All work must be conducted in accordance with the OEM service manual. The work must be performed in accordance with all Federal Aviation Administration Regulations by an FAA approved repair station. This procurement will be evaluated for multiple awards, one award for each contract line item number (CLIN). The followi ngterms and conditions apply to all CLINs: Quantity, the quantity will be identified on each delivery order, however the Best Estimated Quantity per year is 20 ea. for each CLIN. Inspection and Acceptance will be Origin, the contractors facility. F.O.B. will be Destination, the contractor will include the shipping costs in their proposed unit price. The destination will be identified on each delivery order, the normal delivery will be to: MSSA/CRP HHC 160th SOAR (ABN), Attn.: Property Book Officer, Bldg . 7262, Hangar 15, Ft. Campbell, KY 42223-5000. The turn around time for the items is 30 days after receipt of the item by the contractor. Packing and Packaging will be best commercial practice. The firm fixed price overhaul and the over and above work shall not exceed 50% of the governments procurement cost for the item, this is the Maintenance Expenditure Limit (MEL). The MEL shall be calculated as follows: 50% of the MDHS current catalog price. The Economic Price Adjustment is limited to 10% of the offe red price over the 3 yr. term of the contract. All work must be performed by an FAA approved repair station. When multiple vendors are listed under the same MDHS part number offerors shall submit 1 offer for each MDHS vendor part. CLIN 0001 PN: 369H1800-501; T/R Pitch Control 0001AA Firm Fixed Price Overhaul $__ __ __ __ each, 0001AB Over and Above work(time and material) labor $__ ____ per hour parts cost plus __ __ ___%, 0001AC Scrap of non-repairable items, firm fixed price, $ each.; CLIN 0002 PN: 369A7010-501; Unilock 0002AA Firm Fixed Price Overhaul $__ __ __ __ each 0002AB Over and Above work(time and material) labor $__ ____ per hour parts cost plus __ __ ___%, 0002AC Scrap of non-repairable items, firm fixed price, $ each ; CLIN 0003 PN: 369A5350-41; Over Running Clutch, 0003AA Firm Fixed Price Overhaul $__ __ __ __ each, 0003AB Over and Above work(time and material) labor $__ ____ per hour parts cost plus __ __ ___%, 0003AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0004 PN: 369D26301-231, -251; L/G Damper 0004AA Firm Fixed Price Overhaul $__ __ __ __ each 0004AB Over and Above work(time and material) labor $__ ____ per hour parts cost plus __ __ ___%, 0004AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0005 PN: 369D24518, -3, -5 N2 Indicator, 0005AA Firm Fixed Price Overhaul $_ __ &llmdash;_ __ each 0005AB Over and Above work(time and material) labor $__ ____ per hour parts cost plus __ __ ___%,, 0005AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0006 PN: 369A4514-3, -5; Engine Power Out 0006AA Firm Fixed Price Overhaul $__ __ __ __ each 0006AB Over and Above work(time and material) labor $__ ____ per hour parts cost plus __ __ __%, 0006AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0007 PN: 369A4516-3,-5,-7; N1 Tachometer 0007AA Firm Fixed Price Overhaul $__ __ __ __ each 0007AB Over and Above work (time and material) labor $__ ____ per hour parts cost plus __ __ ___%, 0007AC Scrap of non-repairable items, firm fixed price, $ each ; CLIN 0008 PN: 369D21728, -21; T/R Forks 0008AA Firm Fixed Price Overhaul $____ __ __ each 0008AB Over and Above work(time and material) labor $__ ___ per hour parts cost plus __ __ ___%, 0008AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0009 PN: 369D21800; T/R Pitch Control 0009AA Firm Fixed Price Overhaul $__ __ __ __ each 0009AB Over and Above work(time and material) labor $__ ____per hour parts cost plus __ __ ___%, 0009AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0010 PN: 369D27611-503, -501, M/R Swash Plate 0010AA Firm Fixed Price Overhaul $__ ____ __ each 0010AB Over and Above work(time and material) labor $__ ___ per hour parts cost plus _ __ ___%, 0010AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0011 PN: 369D26300-251; L/G Damper 0011AA Firm Fixed Price Overhaul $__ __ __ __ each 0011AB Over and Above work(time and material) labor $__ ____ per hour parts cost plus __ __ ___%,, 0011AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0012 PN: 369D28312; Oil Cooler 0012AA Firm Fixed Price Overhaul $__ __ __ __ each 0012AB Over and Above work(time and material) labor $__ _&llmdash;__ per hour parts cost plus __ __ ___%,, 0012AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0013 PN: 369H6425-3, -5; Dimmer Control 0013AA Firm Fixed Price Overhaul $__ __ __ __ each, 0013AB Over and Above work(time and material) labor $__ __ per hour parts cost plus __ __ ___%, 0013AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0014 PN: 369A4521-3, -5, -7, -9; TOT Indicator 0014AA Firm Fixed Price Overhaul $__ __ __ __ each 0014AB Over and Above work(time and material) labor $__ ____ per hour parts cost plus __ __ ___%, 0014AC Scrap of non-repairable items, firm fixed price, $ each; CLIN 0015 PN: >369D27609-503, -501, M/R Swash Plate 0015AA Firm Fixed Price Overhaul $__ ____ __ each 0015AB Over and Above work(time and material) labor $__ ___ per hour parts cost plus _ __ ___%, 0015AC Scrap of non-repairable items, firm fixed price, $ each. The following Provisions and Clauses Apply: FAR 52.212-3, CONTRACTOR CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS ( AUG 1996); FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUG 1996); FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (AUG 1996); EVALUATION OF OFFERS FOR MULTIPLE AWARDS (APR 1984) ( NEW MATERIALS (MAY 1995); FAR 52.216-4, ECONOMIC PRICE ADJUSTMENT -- LABOR AND MATERIAL (APR 1984); FAR 52.216-18, ORDERING (OCT 1995); 52.216-21, REQUIREMENT (OCT 1995); 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUL 1996); 52.245-2, GOVERNMENT PROPERTY(FIXED PRICE CONTRACTS)(DEC 1989); DFARS 252.217-7028, OVER AND ABOVE WORK (DEC 1991) (0086) (0100)

Loren Data Corp. http://www.ld.com (SYN# 0047 19970414\J-0006.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page