COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671 USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Fort Bragg, NC
28310 J -- MAINTENANCE, INSPECTION, REPAIR FOR C-12C SOL USZA92-00-Q-0019
DUE 090800 POC Karen Glass (910)432-6145 or Jane Sutherlin
(910)432-2146 17(i). This is a combined synopsis/solicitation in
accordance with the format in FAR Subpart 12.6, and FAR 13.6 as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued!! 17(ii). The
solicitation number is USZA92-00-Q-0019 and is issued as a Request for
Quotation (RFQ). 17(iii). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-18. 17(iv) This procurement is unrestricted. All responses
from responsible sources will be fully considered!! 17(v). This action
is for contractor services necessary to provide One-time maintenance,
repair, overhaul, inspections, avionics removal and installation, and
painting for Beechcraft C12-C SN: BC 064 REG NR: US Army 78-23128 for
US Army Special Operations Command. APPLICABLE DOCUMENTATION --
Federal Aviation Administration Federal Aviation Regulations, Pratt and
Whitney Engine PT6A-41/42 Maintenance and Parts Manual, Beechcraft King
Air 200/C12-C Maintenance, Inspection, and Overhaul Manual, Bendix/King
Navigation, Communication, and Radar Maintenance Manuals; REQUIREMENTS
-- The contractor shall perform detail inspections1-4 (ACI) IAW Beech
and AMCOM inspection criteria. The contractor shall perform Pitot
Static system leak check (inspection) to include Altimeters, Air Data,
and Transponder IAW FAA required 24-month inspection. The contractor
shall perform 5000-cycle/5 year overhaul of Brake Master Cylinders. The
contractor shall replace 2 ea. Grazed windows. The contractor shall
ensure that the Shadin Engine Monitoring System is operational and
procure necessary download capability to be provided with aircraft upon
completion. The contractor shall replace one (1) MLG tire. The
contractor shall remove the #1 Propeller, have overhauled, and
re-install and balance. The contractor shall perform the 24-month
weight and balance of aircraft. The contractor shall replace evaporator
filters. The contractor shall remove, overhaul, and install left and
right Starter Generator. The contractor shall remove, overhaul
exchange, and install main landing gear assembly both left and right.
The contractor shall remove "UNITED STATES OF AMERICA" from fuselage
and paint IAW USASOC requirements as depicted under separate cover. The
contractor shall remove from the PA-31T the Skywatch 497, RDR 2000
Weather Radar, RGC 250 Radar Graphics, GC360A Radar Graphics Interface,
Stormscope, Secure Air Cell Phone and install on the C-12C. Additional
items as required by USASOC. The contractor shall perform any
additional maintenance and inspections to ensure that the Beech C-12C
is fully IFR capable and certified and has long range Navigation
interfaced. The aircraft is currently located at Donaldson Center,
Greenville, SC in a non-flyable condition. QUALITY ASSURANCE -- The
contractor shall ensure that all parts and materials utilized in the
accomplishment of this effort are as specified in the appropriate
maintenance and parts manuals and conform to standard aviation industry
engineering and manufacturing practices. The contractor shall ensure
that processing actions are accomplished IAW Federal Aviation
Administration Regulations and additional documentation IAW US Army, DA
PAM 738-751. DELIVERABLES -- The USASOC Fight Detachment will pick up
the aircraft from the designated maintenance facility after repairs are
completed. The contractor shall provide all FAA required documentation
pertaining to the work performed in conjunction with this effort.
17(vii). The work needs to commence during the month of September
2000!! 17(viii). FAR provisions and/or clauses referenced will be
furnished in full text upon receipt of written request. Solicitation
Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items
(Mar 2000) is hereby incorporated by reference!! 17(ix). Solicitation
Provision FAR 52.212-2, Evaluation -Commercial Items (Jan 1999) is
hereby incorporated, the evaluation factors are technical, price and
past performance. Technical and past performance are more important
than price!! 17(x). Contractors are reminded to submit a completed copy
of the provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items (Feb 2000) with their quote. To obtain
a copy of the provision, contact Karen Glass (910) 432-6145!! 17(xi).
Clause 52.212-4, Contract Terms and Conditions -- Commercial Items
(May 1999) is hereby incorporated by reference!! 17(xii). Clause
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items (Aug 2000) is hereby incorporated
by reference, as well as the following clauses cited in the clause
which apply to this solicitation, 52.222-0026, Equal Opportunity (E.O.
11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam
Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on
special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212), 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C.
351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal
Hires (29 U.S.C 206 and 41 U.S.C. 351, et seq)!! 17(xiii).
Additionally, the following clauses are applicable to this
solicitation, 252.212-7001, Contract Terms and conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items, 52.204-7004, Required Central
Contractor Registration!! 17(xiv). The Defense priorities and
Allocations Systems (DPAS) assigned rating for this procurement is
unrated!! 17(xv). NA!! 17(xvi). Signed and dated quotes referencing the
RFQ number USZA92-00-Q-0019 must be submitted, no later than 4:30 p.m.
8 September 2000, to Karen Glass at FAX (910) 432-9345!! 17(xvii).
Karen Glass is the point of contact regarding this solicitation. Posted
08/22/00 (W-SN488923). (0235) Loren Data Corp. http://www.ld.com (SYN# 0044 20000824\J-0008.SOL)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 22, 2000 by Loren Data Corp. --
info@ld.com
|
|
|