SOLICITATION NOTICE
J -- REMOVAL AND REPLACEMENT OF 4 EA ROTARY NASH PUMPS
- Notice Date
- 3/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND14499349Q
- Response Due
- 3/18/2014
- Archive Date
- 3/1/2015
- Point of Contact
- Christi Cantalupo, Acquisition Support Contractor, Phone 661-276-2771, Fax 661-276-3374, Email christi.a.cantalupo@nasa.gov - Jim Kitahara, Contracting Officer, Phone 661-276-5355, Fax 661-276-3374, Email James.E.Kitahara@nasa.gov
- E-Mail Address
-
Christi Cantalupo
(christi.a.cantalupo@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA Dryden Flight Research Center (DFRC) has a requirement to obtain specialized aircraft maintenance services from a qualified contractor field support team (CFT). The services are for the removal and replacement (R&R) of four (4) each Rotary Nash Pumps (Eaton Fuel and Motion Control/Argo-Tech Corp. P/N: 704300-15) with overhauled units provided by the Government for the 4 each General Electric CFM56-2-C1 engines supporting the NASA DC-8 Flying Laboratory. The requirement includes the reinstallation, re-rigging, and calibration of all associated engine parts removed and operation of the engines to ensure airworthiness. The work is to be performed at the Dryden Aircraft Operations Facility (DAOF), 2825 East Avenue P, Palmdale, CA 93550. In accordance with Attachment A - The Statement of Work (SOW), the baseline requirements are listed in SOW Section 2.1. The contract pricing of the baseline work requirement (e.g. Line Item # 001) shall include all labor, standard CFM56 maintenance manual replacement parts and materials, and equipment costs necessary to complete the identified work. Travel and Per Diem costs (i.e. travel, transportation, shipping, accommodations, and excess baggage costs etc.) shall be quoted under Line Item # 002 and shall be in accordance with SOW Section 2.2. Conditional maintenance labor and materials (i.e. Over and Above) maintenance actions are to-be-determined (TBD) and will be covered by Line Item # 003 of the contract. O&A maintenance costs will require prior Government Contracting Officer Representative (COR) approval and will follow the procedures delineated in SOW Sections 2.3. In addition to the above, the Contractor shall have a Commercial OSHA compliant Safety & Health (S&H) Plan and shall submit a copy to the Contracting Officer as an attachment to the OL-RFQ a minimum of 10 days prior to commencement of work (to allow for Government review of the document). The Contractor shall also comply with Attachment B -- Quality Assurance Document Q1-A: Aircraft Assemblies, Parts and Materials. 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 Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The procurement is unrestricted. The NAICS Code and Size Standard for informational purposes is 336412 and 1000 employees, respectively. The DPAS Rating for this procurement is "Not a Rated Order." The Government will award a contract resulting from this RFQ to the responsible offeror whose offer confirming to the RFQ is the low priced (based upon Line Items 001 & 002) technically acceptable (LPTA) offer with an acceptable past performance history (neutral or better) in the Government Past Performance Information Retrieval System (PPIRS). Note: The Government reserves the right to obtain past performance information from other sources as necessary. A neutral rating will be applied to offerors not in the PPIR System if no other information is available. The minimum technically acceptable standard (see SOW Section 7 and the Attachment C - Submittal List) is described as follows: * The Contractor shall be an FAA approved repair station and have current experience performing General Electric CFM56-2-C1 engine maintenance and be under Federal Aviation Administration (FAA) authorization to do so * All personnel performing this maintenance shall be appropriately trained to perform General Electric CFM56-2-C1 engine maintenance and inspections * The Contractor shall certify that he possesses or can obtain (prior to commencement of this effort) all tools and support equipment necessary to perform the required maintenance * The Contractor shall certify that they possess all of the relevant General Electric CFM56-2-C1 engine technical reference material to perform this task. This includes (but is not limited to): General Electric CFM56-2-C1 Engine Maintenance Manuals, Service Repair Manuals, Service Bulletins, and Airworthiness Directives * The Contractor shall submit a Commercial OSHA compliant Safety and Health Plan for review by the Government * All Contractor CFT members must be United States Citizens and must be able to pass a background check for badging purposes Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than 03/14/2014. 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). Point of Contact: Jim E. Kitahara - Contracting Officer, Phone (661) 276-3931, Fax (661) 276-5355, Email james.e.kitahara@nasa.gov 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/NND14499349Q/listing.html)
- Record
- SN03300209-W 20140303/140301233037-644cfd0f5173f4f19cc487449d56abae (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 |