Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
SOLICITATION NOTICE

28 -- This requirement is for an ID-IQ type contract for replacement of damaged Plasma Coating on the inside lands of HP Compressor Housings P/N 12286314 and LP Compressor Housings P/N 12302366 for the AGT 1500 Turbine Engine.

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-05-R-4011
 
Response Due
8/10/2005
 
Archive Date
10/9/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Statement of Work may be downloaded at EBS website: www.ngks.net. This requirement is for an ID-IQ type contract for replacement of damaged Plasma Coating on the inside lands of HP Co mpressor Housings P/N 12286314 and LP Compressor Housings P/N 12302366 for the AGT 1500 Turbine Engine. It will be for one base year with 2 one-year options. The estimated maximum qty of 160 ea 1st contract year; 200 ea 2nd option year; 250 ea 3rd option year with a minimum qty of 20 ea per year. It is applicable to AGT 1500 Gas Turbine Engine. Shipping will be F.O. B. Destination with deliveries to Advance Turbine Engine Army Maintenance (ATEAM), Bldg. 741, Fort Riley, KS. The following factors will be u tilized in the technical evaluation of proposals (a) Contractor must have a prior performance history of the replacement of damaged Plasma Coating on the inside lands of HP Compressor Housings and LP Compressor Housings or be subject to a First article acc eptance test for any or all items listed. (b) Contractor shall have quality control processes reviewed and certified by an external agency, such as certification to ISO (International Organization for Standardization), NADCAP (National Aerospace and Defens e Contractors Accreditation Program) or equivalent quality assurance review processes. In the absence of an external certification, proof of registration as a FAA repair station is acceptable. (c) Contract award is contingent on first article inspection. C ontractor must submit with proposal evidence of prior performance in the replacement of damaged Plasma Coating on the inside lands of HP Compressor Housings and LP Compressor Housings or repair of similar components. Contractor must submit evidence of ISO certification, NADCAP certification or equivalent quality assurance processes. Award will be based on past performance in replacement of damaged Plasma Coating on the inside lands of HP Compressor Housings and LP Compressor Housings or similar components, lead time, and lowest cost technically acceptable proposal received in response to the solicitation. In order to receive an award for this contract, you must be registered in the Central Contractor Registration. You may register at WWW.CCR.GOV. A technical ly acceptable proposal is one that meets or exceeds all of the above technical criteria. All responsible sources may submit an offer, which shall be considered by the Agency. Solicitation W912JC-05-R-4011 is issued as an RFP. This is a solicitation documen t and incorporates provisions in effect through Federal Acquisition Circular 2005-04. NAICS code is 811310. The provision at FAR 52.212-3, Offeror Representations and Certifications (1/2004) applies to this acquisition. A completed-signed copy of this prov ision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (10/2003) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commer cial Items (1/2004) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government (7/1995), with Alternate I; 52.222-26 (4/2002), Equal Opportunity; 52.222-35, Affirm ative Action for Disabled Veterans and Veterans of the Vietnam Era (12/2001); 52.222-36 Affirmative Action for Workers with Disabilities (6/1998); 252.222-37, Employment Reports on Disabled Veterans (12/2001); 52.225-3, Buy American Act-Supplies (1/2004). The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (10/2003) applies to this solicitation. The clause at DFARS 252.212-7001, Cont ract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (1/2004), is applicable to this acquisition. For technical questions please contact Leon Bryson, (785) 239-8156 or e-mail leon.bryson@ks.ngb.army.mil. Offer s are due by 2 p.m., AUGUST 10, 2005 via e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Adam Villalobos; or e-mail to: adam.villalobos@ks.ngb.army.mil S implified Acquisition Procedures will be utilized.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00851060-W 20050722/050720212237 (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.