SOLICITATION NOTICE
16 -- REPAIR J52 STAGE COMPRESSOR BLADES
- Notice Date
- 10/30/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
- ZIP Code
- 32212-0097
- Solicitation Number
- N68836-04-T-0070
- Response Due
- 11/14/2003
- Archive Date
- 11/29/2003
- Point of Contact
- Linda Nelson, Purchasing Agent, Phone 904 542-1077, Fax 904 542-1111, - Linda Nelson, Purchasing Agent, Phone 904 542-1077, Fax 904 542-1111,
- E-Mail Address
-
linda_f_nelson@jax.fisc.navy.mil, linda_f_nelson@jax.fisc.navy.mil
- Description
- This 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 ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-04-T-0070 applies and is issued as a Request for Quotation. This procurement is set aside for sole-source to Praxair Technologies. 02. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 336412 and the business size standard is 1000. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a full and open competitive basis the following line items REPAIR 1000 EA, J52 P8 P408 2ND STAGE COMPRESSOR BLADES PART #570802 OR 2185892. Statement of work: J52 2nd stage compressor blades will be sent to Prax Air Surface Technologies. Prax Air will inspect each compressor blade's mid-span shroud for reparability. All compressor blades meeting reparability criteria must have all traces of hard face material (PWA 46) removed from the mid-span shroud surfaces. A second visual inspection must be performed to determine if the fretting wear has damaged the parent titanium of each shroud contact surface. All compressor blade mid-span shrouds found reparable will be flame sprayed with the proprietary application of Tungsten Carbide (PWA46), and finish ground to print dimensions. All excess Hardface must be removed, ensuring each compressor blade has the surface dimensions and cosmetic finish of a new compressor blade. Compressor blades not meeting repair limit criteria will be discarded to avoid unnecessary process time and expense. All blades rejected after the cleaning process and/or at any time during the repair process must have the rejected blade identified by a red paint mark, painted in a conspicuous area, with a surface area of at least 2 inches by 2 inches, and returned to Navair Depot Jacksonville. All compressor blades determined to be Non Repairable by the applicable contractor(s) must be packaged in a group, (not individually protected), and returned as a separate shipment, identified as Non Repairable. Note: The Government will be responsible for the freight expense of the returned shipment Of all Non Repairable compressor blades. No charge is expected, or will be paid, for the contractor(s) selection and determination of all non-repairable blades. Compressor blades determined to be reparable in accordance with the provided work packages must be repaired ensuring all processes and methods, and materials employed or used to repair/refurbish the blades are within all accepted and approved local, state, and federal Environmental protection Agency policies and methods. All necessary drawings, prints, work packages, service process operation procedures and standard maintenance procedures are provided for the proper execution of this repair contract. All repaired/refurbished compressor blades must be processed in compliance with the provided specifications and instructions. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M November 14, 2003. Quotations must be in writing and may be faxed or mailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1077.
- Place of Performance
- Address: Indianapolis, In
- Record
- SN00462354-W 20031101/031030213357 (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 |