SOLICITATION NOTICE
16 -- TF 34 PTO BEVEL GEAR SEAL
- Notice Date
- 2/27/2006
- Notice Type
- Solicitation Notice
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- 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
- N68836-06-R-0020
- Response Due
- 3/15/2006
- Archive Date
- 5/1/2006
- 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 solicitation,N68836-06-R-0020 Ref Number: N6588606RC6M063 applies and is issued as an unrestricted, full and open competition Request for Proposal (RFP). Electronic copy can also be accessed at http://www.neco.navy.mil. The solicitation document, incorporated provisions and clauses are those in effect through FAC 2005-08 and DFARS Change Notice 20050207. The NAICS code is 336412. The associated small business size standard is 1000 employees. The solicitation is for a firm fixed price requirements contract WITH ESTIMATED MONTHLY QUANTITIES having a base year period of performance to begin 5/1/2006 thru 9/30/06 with 4-12-month option periods. Offerors must be registered in the central contractor registration; website is www.ccr.gov to be considered for award. On behalf of Naval Air Depot Jacksonville, the Fleet Industrial Supply Center Jacksonville intends to procure removal and replacement rework services for carbon seal material contained in the TF-34 GE-100 Turbofan engine PTO Bevel Gear assembly, PN 4048T27. The agency seeks OEM GE qualified vendors. A DCMC Government representative Inspection will be held at Vendor?s location, to be determined at time of award. Contract Line Item Number (CLINS) as follows: EST QTY Description UNIT PRICE CLIN 0001 16 per month Remove and replace carbon sleeve POP 01May2006-30Sep2006 CLIN 0001AA 2 per yr non repairable units CLIN 0002 16 per month Remove and replace carbon sleeve POP 01 Oct2006-30Sep2007 CLIN 0002AA 2 per yr non repairable units CLIN 0003 16 per month Remove and replace carbon sleeve POP 01Oct2007-30Sep2008 CLIN 0003AA 2 per yr non repairable units CLIN 0004 16 per month Remove and replace carbon sleeve POP 01Oct2008-30Sep2009 CLIN 0004AA 2 per yr non repairable units CLIN 0005 16 per month Remove and replace carbon sleeve POP 01Oct2009-30Sep2110 CLIN 0005AA 2 per yr non repairable units PERFORMANCE WORK STATEMENT CARBON SEAL REPAIR/REPLACEMENT PTO BEVEL GEAR 1.0 SCOPE This Performance Work Statement covers repair services for replacement of carbon seal material of the TF34-GE-100 Engine PTO bevel gear. NOMENCLATURE PART NUMBER PTO BEVEL GEAR 4048T27 Requested services are for a base year of 5 months, plus four option years to commence 01 May 2006. Requirements are an estimated quantity of sixteen bevel gears per month. Monthly requirement may fluctuate due to asset generations by the Military Commands. Depot Maintenance Manual does not have the applicable repair section for this item. Therefore, repair sources are limited to those vendors currently on General Electrics Qualified Vendor list for this part, alleviating need for 1st article test. 2.0 APPLICABLE DOCUMENTS General Electric Drawing: 4048T27 NAVAIR 02B-105ALB-6-2.2/T.O. 2J TF34-3-2 Depot Maintenance Manual 3.0 REQUIREMENTS 3.1 GENERAL The PTO Bevel gears, Government furnished property provided to the vendor under this proposed contract must be processed and returned to NAVAIR Depot Jacksonville, FL (NADEP JAX) as provided in the applicable delivery order. Delivery rates to the vendor from NAVAIR DEPOT JAX are estimated to be 16 Bevel Gears per month. 3.2 QUALITY PROGRAM The contractor shall maintain an inspection system in accordance with ISO 9001:2000. In process quality assurance will be accomplished by DCMC at source. DCMC will ensure that all work accomplished is in accordance with current technical instructions and drawings provided by the Government. 3.3 DETAIL TASKS The contractor shall replace the carbon seal of the PTO Bevel Gear IAW Applicable GE drawing 4048T27 and specifications. NOTE: The above services requested are the only repair services required by the vendor. Contractor will comply with all specifications provided with this Request for Proposal package. No exception or variations will be permitted without written authorization from Contracting Officer, Dolores Butler, FISC Jacksonville, FL. 3.4 SHIPPING of Final Product SHIP TO: NADEP JACKSONVILLE TF34 Code 6.7.1.2B C/O ABC INDUSTRIAL PARK 24A INDUSTRIAL LOOP attn: Bob Hazelwood ORANGE PARK, FL 32073 To be considered for award, offerors must be registered in 1) Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov 2) Central Contractor Registration at http://www.ccr.gov. Awardee must be registered at Wide Area Work Flow at https://wawf.eb.mil for electronic submission of invoices. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text: The full text of the regulations can be accessed on the internet at www.arnet.gov/far. 52.204-7 Central Contractor Registration; 52.204-8 Annual Representations and Certifications; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 Instructions to Offers-Commercial; 52.212-2 Evaluation-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items to include 52.203-6, 52.222-19, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.225-15, and 52.232-33; 52.233-2 Service of Protest. 52.216-21 Requirements; 52.214-34 Submission Of Offers In The English Language, 52.214-35 Submission Of Offers In U.S. Currency; 52.217-09; 52.245-2 Government Property (Fixed-Price Contracts); 52.246-4 Inspection of Services-Fixed Price; The following DFARs provisions and clauses apply to this acquisition: 252.204-7004 Central Contractor Registration Alternate A; 242.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel; 252.225-7036 Buy American Act ? Free Trade Agreements-Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252-243-7001 Pricing of Contract Modifications; 252-247-7022 Representation of Extent of Transportation of Supplies by Sea. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. The resulting contract will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest priced offeror. Evaluation factors are 1) Technical (capability of the contractor to meet PWS requirement) 2) Cost/Price 3) Past Performance. Evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government will assess each offerors past performance. The assessment will be an unbiased judgment about the quality of an offerors past performance. The Government will assess the offerors past performance of (1) Quality of Product or Service (2) Schedule (3) Cost Control (4) Business Relationships. Past Performance Evaluation Survey forms are available from Contracting Officer dolores.butler@navy.mil. Parties responding to this solicitation may submit their offer in accordance with standard commercial practice (e.g. company letterhead, formal quote form, etc) but must include the following information: 1) company complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) CAGE Code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Statement of Conformance with specifications; OEM and ISO9000 cert.7) Sufficient technical information to evaluate for specification compliance.8) Performance evaluations completed by 3 past customers with similar services. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items in full text, which are available electronically at: www.acqnet.gov Proposals must be received no later than 15 March 2006 at 1:00 pm EST. Submit to: Fleet and Industrial Supply Center, 110 Yorktown Ave Third Floor, PO Box 97, Naval Air Station, Jacksonville, FL, 32212-0097 Attn: Dolores Butler. Email dolores.butler@navy.mil or fax to 904-542-1098. This procurement is being processed under the authority of the test program for commercial items Section 4202 of the Clinger-Cohen Act of 1996.
- Place of Performance
- Address: TBD
- Record
- SN00995664-W 20060301/060227212704 (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 |