SOLICITATION NOTICE
29 -- Procure Blade (LPT) and Blade (HPT) for the AGT 1500 Gas Turbine Engine, ATEAM, Kansas Army National Guard, Ft Riley, Kansas.
- Notice Date
- 1/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
- ZIP Code
- 66611-1170
- Solicitation Number
- W912JC-07-R-4002
- Response Due
- 1/18/2007
- Archive Date
- 3/19/2007
- Small Business Set-Aside
- Total Small Business
- 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. Simplified Acquisition Procedures will be utilized. This announcement constitutes a Request for Proposal W912JC-07-R-4002. This solicitation is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the purchase of BLADE (LPT), NSN: 2835-01-098-5161, Army P/N: 12302251, Honeywell P/N: 3-110-135-04 and BLADE (HPT), NSN: 2835-01-138-7191, Army P/N: 12284325, Honeywel l P/N: 3-110-002-83, for one year with 2 option years. The contract will contain an option to negotiate an additional two-year extension to the contract if price and performance is considered acceptable and if contractor performance is satisfactory or bet ter. The estimated maximum quantity for LPT BLADES is 4550 each for the base contract year, 4550 each 1st option year and 4550 each 2nd option year with a minimum quantity of 650 per year. For HPT BLADES the estimated maximum quantity is 4900 each for t he base contract year, 4900 each 1st option year and 4900 each 2nd option year with a minimum quantity of 700 per year. This is applicable to the reclamation of the AGT 1500 Gas Turbine Engine. This solicitation is restricted to approved vendors of the U .S. Army Tank Command, Warren, MI., 48397-5000 and/or Honeywell Inc., Defense & Space, 1300 W. Warner Road, Temple, AZ 85285-2200. These parts require engineering source approval by the design control activity (U.S. Army Tank Command) in order to maintain the quality of the part. Adequate technical data is not available for this acquisition. Some information is proprietary to the OEM. Multiple awards may be made. Price must include freight charges. Shipping: Contractor will be responsible for F.O.B. Des tination with deliveries to Advanced Turbine Engine Army Maintenance (A-TEAM) for Kansas Army National Guard, Bldg. 741, Ft Riley, KS. Contractor will also be responsible for any shipping incurred due to valid QDR return. Contractor will package parts in accordance with American Society for Testing and Materials (ASTM) D3951. Awarded contractor shall provide a final inspection report with each item. The government does not intend to provide tooling, test stands, or fixturing to support this effort. All tooling, stands, and fixtures will be contractor furnished. Proposals will be evaluated as Lowest Price Technically Acceptable to the government. Lowest price will be determined by adding each years individual price and dividing by 3 (years). To be technically acceptable you must be an approved vendor (see above) and have good past performance. This procurement is a small business set-aside. The NAICS code is 336412. The small business size standard is 1,000 employees. This solicitation can also be found on our website www.ngks.net under solicitation W912JC-07- R-4002. This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2001-08. The provision at FAR 52.212-3, Offeror Representations and Certifications (7/2002) applies to this acquisition. A completed-signed co py of this provision 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 Executiv e Orders-Commercial Items (1/2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmati ve Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports o n Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (5/1999) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to I mplement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. For technical questions please contact George Freyberger, (785) 239-8156 or e-mail george.freyberger@ng.army.mil. Any change in specification shall be authorize d only by the Contracting Officer and will be issued by written addendum. Notification of any change shall be made only on the internet. Offers are due by 2 p.m., January 17, 2007. Either 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.villalobos1@us.army.mil. Item # 1 Blade LPT: Base year: $_______ 1st Option Yr. $_______ 2nd Option Yr. $_______ 3 Year TOTAL: $________ Item #2 Blade HPT: Base year: $_______ 1st Option Yr. $_______ 2nd Option Yr. $_______ 3 Year TOTAL: $_______
- Place of Performance
- Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
- Zip Code: 66611-1170
- Country: US
- Zip Code: 66611-1170
- Record
- SN01207970-W 20070111/070109220748 (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 |