Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2013 FBO #4271
SOLICITATION NOTICE

H -- SHUTTLE CARRIER AIRCRAFT ENGINE REMOVAL ASSESSMENT AND PACKING FOR SHIPMENT

Notice Date
8/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND13480656Q
 
Response Due
8/9/2013
 
Archive Date
8/2/2014
 
Point of Contact
Nydia E Wilkinson, Contracts Specialist, Phone 661-276-7723, Fax 661-276-2904, Email nydia.e.wilkinson-1@nasa.gov - Rosalia Toberman, Contracting Officer, Phone 661-276-3931, Fax 661-276-2904, Email rosalia.toberman-1@nasa.gov
 
E-Mail Address
Nydia E Wilkinson
(nydia.e.wilkinson-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/DFRC has a requirement for Engines removal, assessment for airworthiness and packing for shipment of Pratt and Whitney turbofan engines JT9D-7J. The engines currently installed on two retired Boeing 747SCA. Quantity: 8EA. These 747SCA are located in two different locations: One aircraft is located at the Dryden Aircraft Operations Facility (DAOF) in Palmdale, CA and the other aircraft is located at the Johnson Space Center, Ellington Field Houston, TX. All assessments must be conducted at these locations. The Government's delivery schedule for the engines is very critical. For the aircraft located at Johnson Space Center (JSC) Ellington Field engine assessment and removal required to be completed by August 31, 2013. For the aircraft located at DAOF Palmdale, CA and all other tasks expected to be completed by October 1, 2013. This requirement is for, or includes, services. Contracting for this services, vice performance by federal employees, is consistent with OMB CIRCULAR A-76 AND PIC 07-02 located at http://www.hq.nasa.gov/office/procurement/regs/pic07-02.html This procurement is subject to HIGHER-LEVEL QUALITY requirements as specify in FAR 46.202-4 and shall be performed by a FAA 145 Repair Station qualify to work with and experience with Pratt and Whitney turbofan engines JT9D-7J. The Contractor shall provide all resources necessary to deliver and/or perform in accordance with the description/Specifications/Statement of Work incorporated (SOW). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest prices technically acceptable and other factors considered. Technical acceptability is defined as follow (i) Technical experience working with Pratt and Whitney turbofan engines JT9D-7J to meet the Government requirement; Technical capability including modification schedule match to include proposed induction and completion schedules, access to a secure O&M facility, and the overall experience level of the proposed management and maintenance crew (all A&P mechanics, avionics technicians, and quality inspectors should have current or previous JT9D-7J experience). Note: In-order to be considered minimally technically acceptable and qualified to provide a proposal, an offeror shall possess a current FAA Repair Station certification to 14 C.F.R. Part 145. They must also have an adequate Safety and Health Plan and it is strongly desired by the Government that the Contractor possess a current Quality Assurance AS9100 third-party certification OR demonstrate AS9100 compliance. As part of the overall quality system review the Government will evaluate the Contractors Metrology (e.g. calibration system) and Tool Control programs. ii) Lowest evaluated firmed fixed price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. (iii) All quotes shall be in compliance with the minimum specifications and deliverables described on the following attachment: Attachment A: Entitled: Statement of work (SOW) Attachment B: Entitled: Quality Requirement Attachment C: Entitled: SOFIA SCA Engine Data Appendix This notice 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. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The information required by FAR Subpart 12.6 is included in the on-line RFQ. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted via e-mail no later than August 8, 2013. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoter's will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND13480656Q/listing.html)
 
Record
SN03136390-W 20130804/130802234744-b2beef0a1ffb6355cb730f05d355f2c5 (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.