SOLICITATION NOTICE
J -- HONEYWELL GARRETT GTCP85CKAUXILIARY POWER UNIT INSPECTION MAINTENANCE ANDREPAIR
- Notice Date
- 1/15/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND14496641Q
- Response Due
- 1/31/2014
- Archive Date
- 1/15/2015
- Point of Contact
- Jim Kitahara, Contracting Officer, Phone 661-276-5355, Fax 661-276-3374, Email James.E.Kitahara@nasa.gov
- E-Mail Address
-
Jim Kitahara
(James.E.Kitahara@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Aeronautics and Space Administrations Dryden Flight Research Center (DFRC) has a requirement to perform a depot level maintenance action on an aircraft mounted Honeywell (Garrett) GTCP85-CK Auxiliary Power Unit (APU)(P/N380678-1-12, S/N P-36987). The depot service is required for the continued airworthiness of the APU which supports the NASA DC-8 Airborne Science Flying Laboratory. The APU has a total operating time of 910 hours and its last Shop Visit was completed in January 2004. The APU is installed in a World Airways of Oakland, CA, STC-SA3549WE, PN 498000-107 housing. The complete assembly is off the aircraft and will be immediately available for delivery to the depot maintenance facility upon award to the successful offeror. In accordance with the attached Statement of Work (SOW), the baseline inspection and maintenance actions shall consist of addressing all periodic maintenance items, investigating an existing squawk against the APU (see SOW 2.1.20: APU does not provide sufficient bleed air pressure/volume to support engine start), and performing an Airworthiness Directives (ADs) and Service Bulletins (SBs) records review. The contract pricing (e.g. fixed-price) of the baseline work requirements shall include all labor, materials, and equipment costs necessary to complete the identified work. Conditional Maintenance Requirements (e.g. Over & Above maintenance actions not covered by the baseline requirement) are to-be-determined (TBD). O&A will be utilized to perform non-baseline support tasks such as: Incorporation of identified ADs/SBs, repair of out of limit conditions, and incorporation of other miscellaneous maintenance services not currently identified, but necessary, to certify the airworthiness of the APU; and/or other recommended/desirable services (to include upgrades as applicable) requested by the NASA Aircraft Maintenance Manager in-order to enhance the future sustainability of the unit. All O&A actions are to be approved in advance by the Government in accordance with the O&A work process contained in SOW prior to performance of the services. Conditional maintenance will be subject to the fully loaded (e.g. shop rate(s)) proposed as "additional information" for contract Line Item # 2 in the on-line RFQ. The Government performance schedule for completion of APU inspection, maintenance, repairs/upgrades (as necessary), and return to the Government is on or before April 1, 2014. 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.g ov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The information required by FAR Subpart 12.6 is included in the on-line RFQ. The procurement is a total small business set-aside. The NAICS Code and Size Standard are 333611 and 1000 employees, respectively. The DPAS Rating for this procurement is Not a Rated Order. The Government will award a contract resulting from the RFQ to the responsible offeror whose offer conforming to the RFQ is the low price technically acceptable (LPTA) offer with an acceptable past performance history. The minimum technically acceptable standard is described as follows: The offeror shall be an approved FAA repair station Corporate Experience: The offeror shall have documented experience performing Garrett GTCP85-CK APU inspections, maintenance, and repairs Staff Experience: All maintenance personnel performing this requirement shall be appropriately trained to perform the Garrett GTCP85-CK APU inspection, maintenance, and repairs The offeror shall have an acceptable relevant past performance history described as neutral or better on the following scale: unsatisfactory, poor, neutral, very good, and excellent. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). All contractual and technical questions must be submitted in writing through the Contracting Officer (e-mail or FAX) to: NASA/Dryden Flight Research Center, P.O. Box 273, Edwards, CA 93523-0273. Point of Contact: Jim E. Kitahara - Contracting Officer, Phone (661) 276-5355, Fax (661) 276-3374, Email james.e.kitahara@nasa.gov not later than January 27, 2014. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND14496641Q/listing.html)
- Record
- SN03267973-W 20140117/140115233946-bba6c04ebbf687cc29cdf28287cf4687 (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 |