Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
SOLICITATION NOTICE

16 -- ROLLS-ROYCE T56-A-14 - AIRCRAFT ENGINE REPAIR SERVICES

Notice Date
2/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NAAN6000604136JAA
 
Response Due
3/10/2006
 
Archive Date
4/15/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included with this announcement. This is a solicitation for the U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Tampa, FL., which is being issued for the purpose of identifying a qualified vendor to provide Inspection and Repair Services for one (1) Rolls Royce T56-A-14 engine. This combined synopsis notice constitutes the only Request For Proposal (RFP) and a written RFP will not be issued. This notice is hereby issued as RFP No. NAAN6000604136JAA. This is an unrestricted solicitation with full and open competition. This RFP and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06. Signed and dated proposals must be submitted to the U. S. Department of Commerce, National Oceanic and Atmospheric Administration, Central Region Acquisition Division, Attn: Jane A. Allen, 601 East 12th Street, Rm. 1756, Kansas City, Missouri 64106. Proposals must be received on or before 2:00 p.m. March 10, 2006. Proposals may be faxed to 816-274-6993 - Attn: Jane A. Allen/ NAAN60006041364JAA. Offeror?s sending a proposal via fax must follow up with one (1) originally signed proposal and two (2) additional copies in the mail postmarked no later than March 10, 2006. STATEMENT OF WORK A.1 Introduction: The United States Department Of Commerce (USDOC)/National Oceanic Atmospheric Administration (NOAA)/Aircraft Operations Center (AOC) requires teardown, inspection, repair (as needed) and test cell run services for a Rolls-Royce T56-A-14 Engine Assembly, S/N 0TH5866. A.2 Background: The NOAA/AOC operates two (2) Lockheed WP-3D aircraft designated for atmospheric research. Each aircraft uses four (4) Rolls-Royce T56-A-14 engines. The engine in the #2 position (S/N 0TH5866) on aircraft N42RF was removed due to a recurring intermittent chips light. The chips light was illuminating 2 to 3 hours into the flight and remaining on for periods of 10 seconds to 5 hours intermittently. Subsequent inspection of the Reduction Gearbox and engine magnetic plugs revealed slivers and flaking on the Reduction Gearbox plug (all within maintenance instruction manual limits). Penalty runs were conducted after each of the four occurrences with negative results and the aircraft was returned to service each time. Illumination of the chips light occurred over a period of six (6) non-consecutive flights totaling approximately fifty-five (55) flight hours. The engine has a Time Since Repair (TSR) of 1781.4 hours and a Time Since New (TSN) of 19,063.4 hours. A.3 Scope: The Contractor shall provide all materials, equipment, special tools, services, certified factory trained personnel (labor), parts and facilities to perform the services/work identified herein. The inspection, teardown and repair work shall be in accordance with the manufacturer?s maintenance manual and applicable repair station procedures. Contractor shall accept the engine in the Quick Engine Change (QEC), mounted on an AOC owned engine stand. Upon receipt of the engine, the Contractor shall provide teardown and inspection services on the engine (S/N OTH5866) and prepare a ?worst case scenario? proposal to repair the engine. The proposal must include Reduction Gearbox (RGB), Compressor, and Turbine teardown and inspection items. Within ten (10) working days after receipt of the above engine, the Contractor will provide the Contracting Officer Representative (COR) with a teardown/inspection report identifying parts and labor, including costs to complete any outstanding Airworthiness Directives (AD) or Service Bulletins (SB), required to return the assembly to a serviceable, ready for installation condition. The report shall include a detailed tear down report, projected repair time and a cost estimate for the repair of each module. The Contractor shall make recommendations identifying the most cost effective and advantageous means to accomplish such work. The Contractor?s teardown and recommendations report will be reviewed by the Contracting Officer (CO) and the COR. Upon completion of the review, the CO shall provide written authorization to proceed with the accepted recommendations. If any additional repair items outside the normal repair criteria are discovered during performance of the work, the Contractor shall immediately stop work, if necessary, and notify the COR of the discrepancy(s). Such notification must include: ? Description of each discrepancy found ? Number of man-hours per discipline required to complete each discrepancy ? Hourly rate for personnel performing the work ? Parts costs (Show list price minus appropriate discount percentage) ? Total Dollar Amount for each discrepancy ? Total Dollar Amount for complete list of discrepancies The Contractor?s proposal for over and above discrepancies shall be based on the loaded hourly labor rate and discounted parts pricing agreed upon in the Contract. The COR will be responsible for reviewing the list of discrepancies and making a recommendation to either accept or decline the Contractor?s proposal. In the event additional work is recommended to the CO by the COR, a formal approval document will be prepared by the CO and presented to the Contractor. Therefore, no additional work shall be performed on the engine without prior approval from the CO. The Contractor shall 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. During reassembly of the modules into the QEC, the Contractor shall remove all of the RGB and engine mount assemblies and replace them with new or newly overhauled mount assemblies. The Contractor shall complete and record a post-maintenance test cell run. Test cell run results will be evaluated by the COR before acceptance of the engine for return to service. The engine shall have an efficiency of no less than 100% with all other parameters being within the manufacturer?s limits before returning the engine to service. The Contractor shall be responsible for all, FAA (i.e., FAA 8130 or equivalent and FAA 337, if required) and AOC required documentation to include, but not limited to, the approval for return to service. Upon return to service of the assembly, the contractor shall make the required entries into the engine log book provided with the engine. The engine shall be returned to the AOC on the same transportation stand provided at delivery. A. 4 Technical Requirements: The Contractor shall provide the following documentation in support of its ability to meet the technical requirements necessary to perform services identified in this RFP: As a minimum requirement, the Contractor must be a certified FAA Repair Station. The FAA certification must include evidence that the Contractor?s FAA Certified Repair Station is rated to repair the T56-A-14 engine and state to what extent services may be performed. Certification as an Authorized Rolls-Royce Maintenance Center covering the T56-A-14 or 501 equivalent engine types is not required, but is preferred. Must be able to provide a reference of having performed similar services/work on a Rolls-Royce T56-A-14 engine or a model 501 assembly within the past thirty (30) working days (References to include: Company name, address, contact person?s name and phone number, description of services performed and date of completion or current status.). In addition, the Contractor must provide the company name and date of performance of all similar services provided in the past twelve (12) months. Must have factory trained technicians on staff that will be responsible for performing the engine services identified in this RFP. Provide a resume for each Key Personnel to be assigned to perform services under this Contract. (Key Personnel shall include positions such as the Lead Mechanic, Lead Technician, Inspector, Service Manager, etc.) Must submit proof of insurance in accordance with requirements contained in CAR Clause 1352.228-70. Must provide the location of service facility in relation to the AOC location in Tampa, FL. (Service Center must be located within the United States.) Must provide a plan to exhibit the ability to meet the period of performance requirements identified herein. Identify previous Government contracts held for services similar to those identified in this RFP. A.5 Parts, Discounts, Labor Rates and Warranties: Parts: The Contractor shall 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 assemblies. Parts or components in an ?as removed? condition will not be installed in the assemblies. Any part or component that has not reached its recommended service life, but fails inspection and needs to be replaced, will be treated as an ?over-and-above.? Since the government cannot determine which parts or components, if any, may require replacement, the Contractor must provide labor rates and parts pricing information as described below. Parts Discount: Contractors must provide the discount percent to be applied to the list price for replacement parts for ?over and above? items. Labor Rates: The Contractor must provide the loaded hourly labor rate (regular rate and overtime rate) to be charged to the Government for ?over and above? discrepancies. Warranty: The Contractor shall provide the AOC with a minimum warranty of one hundred hours flight time or six (6) months from the time of installation of the engine. A.6 Period of Performance: Due to mission requirements and the limited number of spares possessed by the AOC, the Contractor must provide a turn-around time not to exceed ninety (90) working days from the date the engine is delivered to the Contractor?s facility. Should abnormal requirements and/or circumstances occur, which would require an extension of this performance period, the Contractor must immediately provide documentation to the CO as to the reason and extent of the abnormal requirements and/or circumstances including the estimated time required for such extension. A.7 Insurance against Loss or Damage to Government Property: The Contractor shall, at its own expense, provide and maintain liability insurance of not less than $750,000.00 to cover the engine on which this work will be performed. Before award of this contract, the offerors shall provide to the CO written documentation that the required insurance has been obtained. The policies evidencing the required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government?s interest shall not be effective: 1. For such a period as the laws of the State in which this work is to be performed prescribe and; 2. Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. A.8 Transportation Expenses: The cost of shipping the engine to and from the Contractor?s facility shall be the responsibility of the Government. A.9 Submittal of Invoices: Contractor shall submit invoices to: USDOC/NOAA/AOC, 7917 Hangar Loop Drive, Hangar 5, MacDill AFB, Florida 33621, Attention: Greg Bast, COR. All invoices will be reviewed by the COR to determine if the Government is receiving the best value for the services that were provided. B.1 Evaluation Criteria: The evaluation of proposals shall be based on the Offeror?s responsiveness to the items listed in Section A.4, Offeror?s price proposal and the Offeror?s ability to exhibit an understanding of the requirements included in this RFP. CLAUSES & PROVISIONS This solicitation will be conducted as a Commercial Item acquisition in accordance with Federal Acquisition Regulations (FAR) Part 12. The Department of Labor Service Contract Act wage determination for the area in which the work is to be completed shall be applicable. The FAR and CAR clauses and provisions incorporated into this acquisition shall be: 52.203-3 Gratuities (Apr 1984); 52.204-4 Printed or Copied Double Sided on Recycled Paper (Aug 2000); 52.212-4 Contract Terms and Conditions ? Commercial Items (Sept. 2005); 52-215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data ? Modifications Alt. IV (Oct 1997) (Submission of price and costing will not be required for modifications. When requested, the Contractor must provide information and documentation for the Contracting Officer to determine fair and reasonable pricing. This includes but is not limited a list of disciplines needed to complete the work and the hourly labor rate for each discipline; the number of hours to complete the work; the price for materials; overhead and profit.); 52.228.5 Insurance ? Work on a Government Installation (Jan 1997); 52.232-17 Interest (June 1996); 52.232-18 Availability of Funds (Apr 1984); 52.242-15 Stop-Work Order (Aug 1989); 52.245-2 Government Property (Fixed Price Contracts) (May 2004); 52.247-30 F.O.B. Origin, Contractor?s Facility (Apr 1984); 1352.201-70 Contracting Officer?s Authority (March 2000); 1352-201.71 Contracting Officers Technical Representative (COR) (March 2000) (To be provided at time of award); 1352.208-70 Printing (March 2000); 1352.209-71 Organizational Conflict of Interest (March 2000); 1352.209-73 Compliance With The Laws (March 2000); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb 2005) (b) Items 1, 7,14, 16, 17, 18, 19, 20, 21, 23, 26 and 31; (c) Items 1 and 2 (example: Aircraft Mechanic WG-10 rating ? equivalent wage rates available at www.wdol.gov); 1352.215-70 Period of Performance (The contractor shall provide a teardown/inspection reports within 10 working days after receipt of the engine at the Contractor?s facility. All other authorized work shall be completed within ninety working days after the engine is received at the Contractor?s facility); 1352.216-70 Contract Type (March 2000) (The Government contemplates awarding a firm fixed price contract for Services) ; 1352.228-70 Insurance Coverage (Mar 2000) (Refer to Section A.7 of the Statement of Work); 1352.228-72 Deductibles Under Required Insurance Coverage (Mar 2000); 1352.233-70 Harmless From Liability (Mar 2000); 1352.233-73 Key Personnel (Mar 2000) (The Contractor shall assign the Key Personnel under the contract to fulfill positions such as: Service Manager/Director of Maintenance/Lead Mechanic/Lead Technician ? this person would be responsible for scheduling and meeting the technical needs of the engine to return to service; Contract Administrator ? this person should not be in the maintenance department and would work directly with the CO on contractual issues); 1352.237-70 Reports (Mar 2000) (Refer to Section A.3 of the Statement of Work for specific reporting requirements applicable to any resultant contract); 1352.246-70 Inspection and Acceptance (Mar 2000)(Inspection and Acceptance will take place at the contactor?s facility unless otherwise agreed upon by the parties); 1352.252-70 Regulatory Notice (Mar 2000); 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar 2005); 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005); 52.212-2 Evaluation ? Commercial Items (Jan 1999) The following criteria shall be used to evaluate offers. During the evaluation process, the Technical Capability (consisting of Business/Technical Proposal, Scheduling and Past Performance) are equally important to one another and when combined are considered slightly more important than price. Business/Technical Proposal ? Offeror?s proposal must include all requirement documentation and demonstrate the Offeror?s capability to comply with all requirements identified herein; Scheduling ? Required Services must be scheduled so as to minimize engine out-of-service time. Offeror must exhibit the ability to work with the COR in coordinating a maintenance schedule to meet the service requirements of the engine as identified herein; Past Performance ? Offeror must provide at least one (1) reference (including the organization?s name, address, phone number, type of service performed, completion date and a contact person?s name and phone number) of an organization for which they have performed Rolls-Royce T56-A-14 (or a model 501 assembly) engine services for within the past 30 working days; Price ? The price proposal must include a firm fixed price for services identified on Schedule of Prices. The price will be evaluated based on the proposed pricing for all elements. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest priced Offeror or to the Offeror with the highest technical score if the CO determines that to do so would result in the best value to the Government.); 1352.215-71 Proposal Preparation (Mar 2000) (The Offeror must provide 1 original, marked as such, and 2 copies of the proposal. The proposal must be organized as follows: Volume I ? Business Proposal, consisting of an offer and a proposal acceptance period. The Business proposal must be signed by an authorized representative on behalf of the Offeror. Volume II ? Technical This volume must address the technical and management aspects of the proposal as detailed in the Statement of Work pertaining to the overall Service requirements, service center accreditation, past performance information, proof of insurance, and a list of Key Personnel (including resumes) that would be assigned to manage, schedule and perform the work under this Contract. In addition, the Technical Proposal must describe the Offeror?s ability to meet the Service scheduling requirement for this aircraft as described herein and any and all other requirements identified in this solicitation. Volume III - Price ? must include the completed Schedule Of Prices and the Wage Determination for the geographical area in which the work is to be performed. 1352.215-73 Inquiries (Mar 2000); 1352.215-75 Basis For Evaluation (Mar 2000) (This is a best value, competitive requirement. Award will be made to the Offeror whose offer conforms to the solicitation requirements, which is determined responsible in accordance with the Federal Acquisition Regulations (FAR) by possessing the financial and other capabilities to fulfill the requirements of the Contract; and whose proposal is judged, by an integrated assessment of price and other evaluation factors listed herein, to be the most advantageous to the Government. The Government will use the best value trade-off process in determining which offer is in the best interest of the Government in accordance with the FAR. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract depending on the quality of the proposal(s) submitted and the availability of funds. The Government reserves the right to award without discussion based solely upon the initial proposals.); 52.233-2 Service of Protests (Aug 1996) ((a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Donita S. McCullough, DOC, NOAA, Central Region Acquisition Division, 601 E. 12th St., Rm. 1756, Kansas City, Missouri 64106. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.); 1352.233-71 Service of Protests (Mar 2000) (An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority.) Agency protests filed with the Contracting Officer shall be sent to the following address: Donita S. McCullough, Contracting Officer, DOC, NOAA, Central Region Acquisition Division, 601 E. 12th St., Rm. 1756, Kansas City, Missouri 64106 If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce, Office of the General Counsel, Contract Law Division--Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, N.W., Washington, D.C. 20230, Attn: Mark Langstein, Esq., FAX: 202-482-5858) . Full text of these CAR provisions is available upon written request by sending an email to jane.a.allen@noaa.gov.); 1352.252-71 Regulatory Notice (Mar 2000). Clauses and provisions listed herein may be obtained as follows: FAR Clauses and Provisions ? www.arnet.gov CAR Clauses and Providions ? http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf THIS POSTING WILL BE AMENDED TO ADD THE SCHEDULE OF PRICING SECTION OF THIS RFP.
 
Place of Performance
Address: CONTRACTOR'S FACILITY
 
Record
SN00995301-W 20060301/060227211732 (fbodaily.com)
 
Source
FedBizOpps 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.