Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2003 FBO #0406
SOURCES SOUGHT

99 -- Power by the Hour-Aircraft engine maintenance

Notice Date
1/10/2003
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-310 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-03-R-16925
 
Point of Contact
Brent Foreman, (405)954-7894
 
E-Mail Address
Email your questions to Brent.D.Foreman@faa.gov
(Brent.D.Foreman@faa.gov)
 
Description
SYNOPSIS The Federal Aviation Administration has a requirement for engine overhaul/repair in support of FAA-owned or supported aircraft based at various FAA locations. The North American Industry Classification System (NAICS) code for this requirement is Aircraft Engine and Engine Parts Manufacturing is 336412, this classification also covers the repair of aircraft engines and parts. The contract type will be an Indefinite Delivery/Requirements type with time-and-material and firm-fixed-cost per operating (flight) hour price (Power-by-the-Hour) provisions. Applicable engine types are TFE731-5R-1H, PT6A-60A. This requirement is a follow-on requirement to FAA contract DTFA-02-97-D-97510 awarded to Jet Support Services. This contract is being issued as a full and open competition to both large and small businesses and will be awarded using best value evaluation procedures. The requirement is for a base year and four (4) 1-year options. Contractors shall utilize a Quality Control ! system which conforms to Federal Aviation Regulation Part 145. The objective of this requirement is to acquire support of the FAA-owned Pratt Whitney (P&W) PT6A and Garrett TFE731 engines cited in C.2 above and drop-in maintenance, if ordered, of customer and other FAA engines. The P/H engines are maintained based on actual engine hours flown during each calendar month. Customer or FAA engines not cited in C.2 are maintained under a time-and-material arrangement. and are identified at time of maintenance. This support includes Hot Section Inspections (HSI), overhaul (OH), Major Periodic Inspection (MPI), Compressor Zone Inspection (CZI) (including test cell run), Unscheduled Engine Maintenance, and implementation of recommended Service Bulletins (SBs), Airworthiness Directives (ADs), engine accessories, life-limited parts, contractor furnished loaned engines, and applicable shipping, as required, to maintain airworthiness of Federal Aviation Administration (FAA) flight i! nspection aircraft. Preventative maintenance of P/H engines will be performed by FAA personnel or by third party contractors. In order to be considered qualified to furnish the required services, each offeror shall meet the applicable requirements of the Federal Aviation Regulations for return to service of the items serviced. This includes a quality control system which conforms to Federal Aviation Regulations Part 145, Subpart B, Sections 145.45 and 145.59. In addition, each offeror (and each intended subcontractor) shall be properly certificated in one of the following categories: (1) Hold a valid FAA Repair Station Certificate issued under Part 145 of the Federal Aviation Regulations, with appropriate ratings for the work to be performed; or (2) Hold an operating certificate issued under Part 121 of the Federal Aviation Regulations; or (3) Be the manufacturer of the items to be serviced and capable of attaching to each item a maintenance record prepared in acco! rdance with Part 43 of the Federal Aviation Regulations. (b) Each offeror must meet the criteria specified in TI4100.24 Chap. III.17. (c) Failure of the offeror to meet these minimum requirements of this provision by the time designated for receipt of offers will result in the offeror not being further considered for award. In accordance with AMS Clause 3.6.1-4, Small, Small Disadvantaged, and Women-Owned Small Business Concerns, a subcontracting plan may be required for this SIR. All offerors shall submit a subcontracting plan for proposals exceeding $5 million/$1 million for construction by the date and time specified for receipt of SIRs. Small businesses are exempt from this requirement. Offerors that do not provide the plan with their Proposal may be determined to be unacceptable and may be removed form further consideration for award. Concerns having the ability to furnish the above services are requested to provide written proposals to the acquisition office ! listed in this notice, with reference made to solicitation DTFAAC-03-R-16925. Responses should provide information regarding the ability of your concern to overhaul/repair any/all of the engines specified. Responses to this notice must be received not later than February 14, 2003, 3:30 pm local time. Submit responses to the attention of Brent Foreman, AMQ-310, FAA Mike Monroney Aeronautical Center, Bid & Proposal Officer, Room 321 Multi Purpose Building, 6500 S MacArthur Blvd., Oklahoma City, OK 73125-4929.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00236842-W 20030112/030110213326 (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 |
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.