SOLICITATION NOTICE
J -- Overhaul/Exchange Engine Driven Compressors P/N 206400-7-1 on Rolls Royce Engine
- Notice Date
- 1/8/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC1330-03-RP-0008SKC
- Archive Date
- 2/21/2003
- Point of Contact
- Sharon Clisso, Contract Specialist, Phone (816) 426-7267 ext. 231, Fax (816) 426-7530, - William Becker, Acquisitions Branch Chief, Phone (816) 426-6823, Fax (816) 426-7530,
- E-Mail Address
-
sharon.k.clisso@noaa.gov, william.j.becker@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Florida, intends to procure the overhaul/exchange of engine driven compressors (4 each) for Rolls-Royce T56-A-14 engines. NOAA operates two Lockheed WP-3D aircraft designated for atmospheric research. The aircraft uses four Rolls-Royce T56-A-14 engines. The inboard engines have Allied Signal Aerospace engine driven compressors, P/N 206400-7-1, installed on the gearbox to provide air conditioning and pressurization for the aircraft in flight. The aircraft are flown an average of 350 hours per year. The contractor must agree to overhaul/exchange no more than four engine driven compressors, P/N 206400-7-1, over a 12 month period after award. The contractor must provide AOC with a detailed tear down report on each unit. Any unit found to be beyond economical repair (BER) must be returned to the AOC. Under the overhaul/exchange agreement, the contractor must provide the AOC with an overhauled (zero time) unit within 10 to 14 calendar days or be able to temporarily provide a serviceable unit within two calendar days until such time as a newly overhauled unit can be provided. This provision of the contract would only be invoked if one of the AOC WP-3D aircraft were to be AOC (Aircraft On Ground) for an inoperative engine driven compressor. The contractor must comply with any outstanding service bulletins and airworthiness directives that must be complied with, and provide the AOC with any recommendations for maintenance that would prevent future failures if applicable. The Contractor will be responsible for all FAA and AOC required documentation, to include but not limited to, approval for return to service. The cost of shipping the engine will be the responsibility of the Government. The Contractor must, at it's own expense, provide and maintain liability insurance of not less than $100,000.00 to cover the engine driven compressor on which this work will be performed. The Contractor must provide all replacement parts, materials, and consumables. However, the Government reserves the right to provide the same, if advantageous, at any time during the contract. The Government will make the final determination on whether new, overhauled, or serviceable parts will be installed in the engine driven compressor. Parts or components in an "as removed" condition will not be installed in the engine driven compressor. Any part or component that has not reached its recommended service life but fails inspection and needs to be replaced must be treated as an over and above. Contractors must provide proof that the facility performing the service is an FAA or factory (Allied Signal Aerospace) approved repair station for the engine driven compressor and have performed overhauls on this type unit within the last 90 days. This solicitation for commercial items will be issued on or about January 23, 2003. This procurement is set aside for small businesses. The NAICS code is 488190. The small business size standard is $6,000,000.00. This purchase will be made under the guidelines of FAR, Part 12, Acquisition of Commercial Items. Firms interested in receiving a copy of the solicitation shall submit a request in writing to the attention of Sharon Clisso at the address listed above. Please reference RFP number WC1330-03-RP-0008SKC. Facsimile requests will be accepted at (816) 426-7530.
- Place of Performance
- Address: Contractor's facility
- Record
- SN00235406-W 20030110/030108213314 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |