Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
SOLICITATION NOTICE

28 -- Overhaul Electro Mechanical Fuel System (EMFS)

Notice Date
1/12/2009
 
Notice Type
Modification/Amendment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-09-R-5702
 
Response Due
1/20/2009 2:00:00 PM
 
Archive Date
2/4/2009
 
Point of Contact
Linda M. Ehrhart,, Phone: 7852741542
 
E-Mail Address
linda.ehrhart@ng.army.mil
 
Small Business Set-Aside
N/A
 
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. Simplified Aquisition Procedures will be utilized. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation W912JC-09-R-5702 is issued as a Request for Proposal (RFP). Base year contract begins 1 January 09 thru 31 December 09 with the option for two additional one-year periods. 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 better. Estimated quantities: Max qty for 150 ea 1st contract year and 200 ea 2nd option year 250 ea 3rd option year with a minimum qty of 20 per year. This ID-IQ: Contract is to Overhaul the Electro Mechanical Fuel System (EMFS); NSN: 2910-01-339-0029, Army P/N 12324736-1, Honeywell P/N: 3-170-740-17. Applicable to AGT 1500 Gas Turbine Engine. ATEAM shall ship repairable EMFS Assy at Government expense to the contractor in Government owned protective shipping containers. Upon overhaul of the assest, the contractor shall be required to ship the asset; FOB ATEAM, Bldg. 741, Fort Riley, KS and any shipping incurred due to warranty return. This 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, Tempe, 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. All Offerors must meet prequalification requirements in order to be eligible for award. Adequate technical data is not available for this acquisition. Firms that recognize and can produce the required item described above are encouraged to submit a proposal. Overhaul Process: Using NMWR 9-2910-231 (request from ATEAM), industry standards, and proven processes with like materials; contractor will overhaul the EMFS Assy to dimensions and tolerances established. Contractor will perform the PRP overhaul determined in the initial inspection. Contractor will provide all materials needed to perform the overhaul, cleaning, and inspection of the EMFS Assy. ATEAM will allow contractor access to DLA in order to minimize the cost of materials. Contractor must request approval for all deviations through ATEAM. Overhaul refers to make necessary repairs on; restore to servicable condition; to investigate or examine thoroughly for repair or revision. Overhaul also refers to the replacement of MRP's (Mandatory Replacement Parts) not just repair/replacement of non functioning parts. Inspections: The awarded contractor will perform an initial inspection of the EMFS Assy using ATEAM inspection criteria (to be provided by ATEAM) to determine which overhaul is applicable and perform those overhauls identified. After the overhaul is completed, the awarded contractor will perform a final inspection of the EMFS Assy using ATEAM inspection criteria (to be provided by ATEAM). The EMFS Assy must meet the minimal dimensional requirements of the print. Contractor must request approval for all deviations through ATEAM. Non-conformances noted during initial inspection shall be recorded, and contractor will contact ATEAM for disposition or replacement instructions. If overhaul cannot be completed due to part non-conformance not covered, contractor will contact ATEAM for disposition. Reports: Awarded contractor shall provide an incoming and a final inspection report with each item. The provided inspection reports will contain at a minimum the initial and final inspection criteria. Awarded contractor will also provide a weekly status report of each item. The weekly status report will include but is not limited to nomenclature, P/N, order #, qty left on order, qty at facility, lead time and estimated delivery date. Warranty: ATEAM is requiring the awarded contractor to provide a 1 year warranty for each overhauled EMFS Assy. The warranty will only be applicable to the workmanship and not misuse. If part fails ATEAM incoming inspection (provided by ATEAM) ATEAM will log the part and contact awarded contractor to determine disposition. If the part fails due to workmanship and within the year time frame of the warranty ATEAM will log the part and contact contractor to determine disposition. Schedule: Offeror shall submit a delivery schedule. Schedule should include acquisition of materials, production and transit time. Cost: Prospective offeror shall submit a price proposal wherein shipping costs shall be included in the price. Technical: Offeror must submit a complete technical data package addressing the overhaul process, inspections, and reports as referenced. Past performance information; a list of prior contracts for this item awarded within the past 3 years. The information shall include point of contact, mailing address, telephone number, contract number and dollar amount. The proposal shall include pricing for the base year, option year one, and two. In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. Multiple awards will not be issued. The NAICS is 336412. Proposals shall be evaluated as Lowest Price Technically Acceptable to the government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards. For evaluation purposes, the lowest bid will be determined by totaling the price for the base and option years and dividing by 3 (years). This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-27. All clauses and provisions as of the date of the notice apply to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 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; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer –Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. For technical questions please e-mail to: linda.ehrhart@us.army.mil Any change in specification shall be authorized only by the Contracting Officer and will be issued by written addendum. Notification of any change shall be via the web site at: https://www.fbo.gov/. Offers are due by 2 PM, December 8, 2008. Either mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170, fax to (785) 274-1642, Attn: Linda Ehrhart or e-mail to linda.ehrhart@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a51ce626ff2387271604e29849c48f5d&tab=core&_cview=1)
 
Place of Performance
Address: ATEAM, Bldg. 741, Fort Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN01730701-W 20090114/090112215103-a51ce626ff2387271604e29849c48f5d (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.