Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2010 FBO #3044
SOLICITATION NOTICE

J -- SEAL, AIR, ACFT G

Notice Date
3/24/2010
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB;OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8122-10-Q-0006
 
Response Due
4/8/2010
 
Point of Contact
Billie Kindschuh, Phone 405-622-7658, Fax 405-739-3464, Emailbillie.kindschuh@tinker.af.mil
 
E-Mail Address
Billie Kindschuh
(billie.kindschuh@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items preparedin accordance with the format in Subpart 12.6, as supplemented withadditional information included in this notice. This announcementconstitutes the only solicitation; quotes are being requested and awritten solicitation will not be issued. This solicitation document,incorporated provisions and clauses are those in effect through FederalAcquisition Circular (FAC) 2005-24 dated 28 Feb 08. The PurchaseRequest number is FD2030-10-27252. The solicitation number is forFA8122-10-Q-0006. The solicitation is a request for quotes (RFQ).Quotes will be received at the issuing office until 3:00 PM CentralStandard Time on 08 Apr 2010. This requirement is for repair of theF108 LPT Stationary Seal and is subject to the Service Contract Act. Qualified sources are GEES, Cincinnati, OH (062W2), Snecma Services,France (F6048) and Chromalloy Component Services, San Antonio, TX(1LKE9). All responsible sources solicited may submit a quote thatshall be considered. Award will be made only if the offeror, theproduct/service or the offeror meets qualification requirements at thetime of award IAW FAR clause 52.209-1. Interested persons may identifytheir interest and capability to respond to the requirement or submitquotes. This solicitation document incorporates provisions and clausesthat are in effect in the Federal Acquisition Regulations andsupplements on the date the solicitation is issued. The North AmericanIndustry Classification System Code (NAICS) is 336412. Line Item 0001; Input/Output NSN: 2840-01-212-1035PN; P/N 301-317-721-0Noun: Low Pressure Turbine Stationary Seal Repair. Quantity: 126 EA.Required Delivery: 20 EA beginning 30 calendar days after receipt ofassets until complete. Inspection and Acceptance of Line Item 0001shall be FOB Origin. Inspection and Acceptance Report is WAWF.Applicable to F108 Engine, KC-135R Aircraft. Destination: Tinker AFB,OK 73145-3032. Line Item 0002: CAV AF Data Reporting IAW CDRL A002and DID. Line Item 0003: AFMC 413 Depot Production MaintenanceReporting IAW CDRL A001 and DID. Packaging Requirements: Items shall be packed in accordance withMIL-STD-2073-1 D, Standard Practice for Military Packaging. AFMCFARS5352.247-9009 Military Packaging and Marking applies. Shipping andstorage markings shall be in accordance with MIL-STD-129 P, StandardPractice for Military Marking. The MIL-STD-2073-1 SPI/Specifications isas follows: PACRN-PAA, PRESERVATION LVL - MIL, PACKING LVL - B QUP -001. Military Packaging Requirement: QUP - 001; ICQ - 000; PRES METH- 10; CD - 1; PRES MTL - 00; WRAP MTL - XX; CUSH DUNN - XX; CT - X; UNITCONT - NR; INT CONT - 00; UCL - B; SPEC MKG - 17; UNIT PACK WEIGHT-1.40; UNIT PACK SIZE: LENGTH - 6.3; WIDTH - 6.3; DEPTH - 10.5; UNITPACK CUBE: WHOLE CUBE - 0.241; OPI - M. DESCRIPTION: The LPT Stationary Seal is an assembly which consists ofseveral stamped Hastelloy X plates brazed together with honeycombliners. This part is a Critical Safety Item. The function of the LPTStationary Seal is to maintain the necessary gas path pressure in eachof the stages of the low pressure turbine to provide proper exhaust gasexpansion. RMC: R1C. Electronic procedures will be used for this solicitationthrough FedBizOpps at http://www.fbo.gov. The following FAR and Supplements provisions and clauses apply to thissolicitation and are incorporated by reference. FAR 52.209-1 Qualification Requirements (Feb 1995); FAR 52.211-14 -- Notice of Priority Rating for National Defense,Emergency Preparedness, and Energy Program Use. (Apr 2008);FAR 52.211-15 -- Defense Priority and Allocation Requirements. (Apr2008);FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2008); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) See Lowest PriceTechnically Acceptable Evaluation Process below;FAR 52.212-3, Offerors, Representations and Certifications-CommercialItems (May 2001) A completed copy of the Offeror Representations andCertifications must be included with the quote unless the offeror isregistered in ORCA; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to ImplementsStatues or Executive Orders-Commercial Items (Apr 2008); FAR 52.222-41, Service Contract Act of 1965 (Nov 2007);FAR 52.232-33, Payment by Electronic Funds Transfer-Central ContractorRegistration (May 1999); FAR 52.246-11 Higher-Level contract Quality Requirement (Feb 1999) ISO9001-2000 IAW PWS Para 1.6 (24 Apr 2008); FAR 52.247-29, FOB Origin (Jun 1988); DFARS 252.212-7001, Contract Terms and Conditions Required to ImplementStatutes or Executive Orders Applicable to Defense Acquisitions ofCommercial Items (Mar 2008); DFARS 252.225-7000, Buy American Act-Balance of Payments ProgramCertificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program(Mar 1998); AFMCFARS 5352.247-9009 Military Packaging and Marking (Aug 2002); AFMCFARS 5352.291-9005 End Items Beyond Economical Repair (Jul 1997).Thefull text of any clause can be found at: http//: farsite.hill.af.mil.Command Note A - Revised CBD Note 22 and Command Note B - Revised CBDNote 23 apply. Contact Billie Kindschuh at 405-739-5461 for informationregarding this solicitation. Fax number is 405-739-3462. E-mail addressis billie.kindschuh@tinker.af.mil. Evaluation of quotes shall be accomplished using the Lowest PriceTecnicially Acceptable Source Selection Process. Price is approximatelyequal to non-Cost/Price factors in importance. General Instructionsa. Instructions to the Offerors (ITO):This section of the ITO providesgeneral guidance for preparing quotes as well as specific instructionson the format and content of the quote. The offeror's quote mustinclude all data and information requested by the ITO and must besubmitted in accordance with these instructions. The offeror shall becompliant with the requirements as stated in the Performance WorkStatement (PWS), Contract Data Requirements List (CDRL) attachments andthis combined synopsis/solicitation. Non-conformance with theinstructions provided in the ITO may result in an unfavorable quoteevaluation. b. Quote Acceptance and Validity Dates: The quote acceptance period is90 days from the closing date of this RFQ. The offer shall make a clearstatement that the quote is valid until 90 days after this date. c. Point of Contact: The Procurement Contracting Officer (PCO)identified above is the sole point of contact for this acquisition.Address any questions or concerns you may have to the PCO. Writtenrequests for clarification may be sent to the PCO via e-mail or fax atthe address located above. d. Discrepancies: If an offeror believes that the requirements in theseinstructions contain an error, omission, or are otherwise unsound, theofferor shall immediately notify the PCO in writing with supportingrationale. The offeror is reminded that the Government reserves theright to award this effort based on the initial quote, as received,without discussion. CONTRACT DOCUMENTATIONa. Representations and Certifications: The purpose of this section isto provide information to the Government for preparing the contractdocument and supporting file. The offeror's quote shall include a signedcover letter. All pricing information shall be limited to Contract LineItem Number, (CLIN), including unit and extended pricing. b. Exceptions to Terms and Conditions: Offerors are required to meetall combined synopsis/solicitation requirements, including terms andconditions, representations and certifications, and technicalrequirements. Failure to meet a requirement may result in an offerbeing ineligible for award. Offerors must clearly identify anyexception to the solicitation terms and conditions and provide acomplete accompanying rationale. Each exception shall be specificallyrelated to each paragraph and/or specific part of the solicitation towhich the exception is taken. Provide rationale in support of theexception and fully explain its impact, if any, on the performance,schedule, cost, and specific requirements of the solicitation. Thisinformation shall be provided in the format and content of Table 1.Failure to comply with the terms and conditions of the solicitation mayresult in the offeror being ineligible for award. Table 1-Solicitation Exceptions Solicitation DocumentParagraph/PageRequirement/PortionRationale PWS, SPEC, ITO, etc.Applicable Page and Paragraph NumbersIdentify the requirement or portion to which exception is takenJustify why the requirement will not be met c. Other Information Required: Provide the name, title and telephonenumber of the company/division point of contact regarding decisions madewith respect to your quote and who can obligate your companycontractually. Also, identify those individuals authorized to negotiatewith the Government. d. Basis for Contract Award: This acquisition will utilize LowestPrice Technically Acceptable (LPTA) source selection procedures inaccordance with FAR 15.101-2, as supplemented. Technical tradeoffs willnot be made and no additional credit will be given for exceedingacceptability. Award will be made to the acceptable offeror with thelowest evaluated cost or price, which is deemed responsible inaccordance with the Federal Acquisition Regulation and whose quoteconforms to the solicitation requirements. The Government reserves theright to award without discussions. Therefore, each initial offershould contain the offeror's best terms from a price and technicalstandpoint. However, the Government reserves the right to conductdiscussions if determined necessary by the Contracting Officer. e. Number of Contracts to be Awarded: The Government intends to selectone contractor for the repair of the F108 LPT Stationary Seal program.However, the Government reserves the right to award no contract at all,depending on the quality of the quotes and prices submitted and theavailability of funds. f. Rejection of Unrealistic Offers: The Government may reject anyquote that is evaluated to be unrealistic in terms of programcommitments, including contract terms and conditions, or unrealisticallyhigh or low in cost/price when compared to Government estimates, suchthat the quote is deemed to reflect an inherent lack of competence orfailure to comprehend the complexity and risks of the program.EVALUATION FACTORSa. Factors: The Government will evaluate for acceptability thefollowing factors. Factor 1-Technical Quote: By submission of its offer, the offeroraccedes to all solicitation technical requirements (Noun, NSN, P/N,delivery quantity/schedule and performance IAW the PWS) and will bedetermined technically acceptable. Failure to meet a requirement mayresult in an offer being determined technically unacceptable Factor 2-Cost/Price: The offeror's unit price will be multiplied by thequantity to calculate the extended price and therefore the totalcontract price. b. Evaluation Methodology: Technical acceptability will be evaluatedon all offers. Only those offerors determined to be technicallyacceptable will be considered for award. Then, price will be evaluatedand the quotes will be listed from lowest to highest price based on thetotal evaluated price. Award will be made to the lowest evaluatedpriced quote meeting the acceptability standards for the non-costfactors. c. Discussions: It is the Government's intent to award withoutdiscussions, therefore, it is imperative that offerors submit their bestterms initially. However, if during the evaluation period, it isdetermined to be in the best interest of the Government to holddiscussions, the Final Quote Revisions (FQRs) will be considered inmaking the source selection decision. d. Attachments to the combined synopsis/solicitation: TitleDate Pages Performance Work Statement 10 Jan 20108 Appendix B CAV AF SOW Undated9 Appendix C Safety Specification 07 Jan 20103 Performance Plan 07 Jan2010 7 Contract Data Requirements List and Data Item Description for CAV AF 22 Jan 20104 Contract Data Requirements List and Data Item Description for CAV AF 22 Jan 20105 Packaging Requirement and SDR 08 Feb 20102 Dept of Labor Wage Determination for Indiana, Kentucky, and Ohio 2005-241311 Dept of Labor Wage Determination for Texas2005-2521 11
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-10-Q-0006/listing.html)
 
Record
SN02101487-W 20100326/100325011632-ce377ea8bdadee4856022544abde6f45 (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.