SOLICITATION NOTICE
16 -- R-985 Aircraft Engine Replacement - J&A
- Notice Date
- 7/8/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Forest Service - R-10 Alaska Region
- ZIP Code
- 00000
- Solicitation Number
- AG-0116-S-15-0035
- Archive Date
- 7/24/2015
- Point of Contact
- Ronald P. Smith, Phone: 9072286244
- E-Mail Address
-
rpsmith@fs.fed.us
(rpsmith@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Proposal Form Justification and Approval COMBINED SYNOPSIS/SOLICITATION IAW FAR 12.603 SOLICITATION NUMBER: AG-0116-S-15-0035 Sole Source (FAR 6.302-1) See attached written justification. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested based on the requirements outlined in this combined synopsis/solicitation. A written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), for a firm fixed price type contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81. Covington Aircraft is the only known contractor available to provide a fuel injection system for the R-985 engine. All responsible sources may submit a capabilities statement, which shall be considered by the agency. The Government solely for the purpose of determining whether to initiate a competitive procurement will consider all capabilities statements received. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment. The Government reserves the right to process the procurement on a sole source basis for this service based upon the responses received. The Forest Service at Ketchikan, AK intends to award one firm fixed price purchase order contract for the acquisition of items listed below. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the technical quality of the proposals, prices submitted, and the availability of funds. Potential sources must be registered in the System for Award Management (SAM) www.sam.gov Required Delivery Date 8 weeks from the date of order. Delivery Information Ship To: USDA Forest Service, LEI P.O. Box 21889 Juneau, AK 99802 Inspection and Acceptance: Inspection and testing shall be conducted in a manner consistent with commercial practice. Delivery site: Juneau, Alaska Competition requirements: 100% Small Business Set-Aside or other NAICS Code: 336412 Size Standard: 1,000 Employees Applicable Clauses/Provisions (Federal Acquisition Regulation http://farsite.hill.af.mil/farsite.html): FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items". The provision can be obtained from this website: https://www.acquisition.gov/far/index.html FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders The following clauses are selected as applicable to the acquisition. (1) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (7) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41U.S.C. 2313 (8) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (23) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (30) 52.222-35, Equal Opportunity for Veterans (Sep 2012) (38 U.S.C. 4212). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (32) 52.222-37, Employment Reports on Veterans (Sept 2010) (38 U.S.C. 4212). (35) (i) 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (38) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (39) 52.225-1 Buy American Act - Supplies (Feb 2009) (41 U.S.C. 10a-10d). (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) AGAR provision 452.209-70 Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (DEVIATION 2012-01) Alternate I (Feb 2012) applies to this acquisition. (a) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (1) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (2) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision) AGAR Clause 452.209-71 Assurance Regarding Felony Conviction Or Tax Delinquent Status For Corporate Applicants Alternate 1 (Feb 2012) applies to this acquisition and is included by reference. Evaluation of Proposals: All offeror's responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Acquisition of Commercial Items. The following factors shall be used to evaluate offers: (1) Technical: proposal must be rated as technically acceptable to be eligible for award (2) Price: award will be made to the lowest priced technically acceptable (LPTA) offeror Contract Line Items (CLINs): Item Number Description QTY 001 Engine Exchange 1 002 Core Deposit Lump Sum 003 Baffling & Carburetor Lump Sum 004 Shipping & Handling Lump Sum   1. SCOPE OF WORK. The contractor shall furnish all parts, labor, and facilitating equipment for the overhaul of specified Pratt and Whitney Wasp Jr. R-985-14-B aircraft engine, in accordance with the following delivery requirements, service requirements, and specifications for the U.S. Forest Service, Region 10. All overhaul and repairs shall be in accordance with current FAA regulations, manufacturers overhaul manuals, service bulletins, service letters, AD's and recommendations governing the overhaul of aircraft engines of the type specified in this Solicitation. The work shall be performed at an FAA approved station. 2. GENERAL REQUIREMENTS. The aircraft engine to be overhauled and/or repaired is a basic engine. The basic engine includes the carburetor, magnetos and blocks, ignition harness leads, cylinder baffling, and engine mount bolts. The engine mount bolts will be inspected and overhauled as specified herein. Also engine accessories to be overhauled will include magnetos, fuel pump, tach generator, starter, and alternator. All overhaul shall be performed in accordance with current FAA regulations, manufacturer's overhaul manuals, service bulletins, service letters, AD's and recommendations governing the overhaul of aircraft engines of the type specified in this Solicitation. The Contractor shall comply with all FAA Airworthiness Directives applicable at the time of award and during the contract period. 3. DELIVERY SCHEDULE AND SHIPPING. The engine will be shipped to the contractor by the Government at Government expense. Return shipping-shall-be-prepaid-by-the-contractor and the cost-of-the-shipping (with no-markup)-will-be-added to the final invoice for the job. A receipt for pre-paid shipping shall be attached to the invoice. The engine shall be returned in the same container as received in unless otherwise approved by the Contracting Officer. 4. TECHNICAL SPECIFICATIONS. Major overhaul and/or repair to the basic aircraft engine shall include furnishing and installing new and unused replacement parts having as their origin the original engine manufacturer or the duly authorized licensee or manufacturer under FAA/PMA as follows (rebuilt or overhauled replacement parts are not acceptable unless specified): Description of Requirements: Engine exchange, baffling and carburetor new wedge ring pistons, overhauled magnetos (Bosch mags with all metal drive gearing), new thrust bearing, channel chromed cylinders, new exhaust cylinder rocker bearings, balanced blower impeller shaft to impeller, new blower bearings and test cell. Includes: Shipping and Handling (Destination). Note: When the wording "MUST MEET NEW SPECIFICATIONS" appears, that means the existing part can be reused as long as it can meet the measurements of a new part, not the outer limits of a reconditioned part. 1. Ultrasonic testing of cylinders. 2. Valve guides, exhaust, 100% replacement of new guides on all cylinders. 3. Valve guides, intake must meet as new specifications. 4. Valves, exhaust must not be ground below 550 limit and must meet new limit specifications. If replacement parts are needed, new parts shall be used. 5. Valves, intake valves may not be ground past new limit specifications. 6. Valve springs, 100% replacement, washer and keepers, black oxidized for oil retention. 7. Valve seats replaced as required. 8. Cylinders, blasted and barrel portion metalized. 9. All cylinders shall be chromed to standard and choked to.012 inch or be new standard cylinders. 10. Replace spark plug bushings as required and reface all bushings. All bushings must be in perfect condition with all threads intact (no heli-coils are permitted). 11. Pistons, 100% new replacement. 12. Piston pins, heavy wall, must meet new specifications. 13. Piston pin plugs, heavy duty, must meet new specifications. 14. Piston rings, 100% new replacement tailored to match either a new or re-chromed cylinder. 15. Primer lines, 100% new replacement. 16. Rocker box drain system installed 360 degrees, use mill-spec-hose, and new clamps. 17. Ignition wiring, 100% new factory fresh silicone type with 5/8 X 20 spark plug elbows installed (small ends). 18. Ignition harness manifold and lead elbows repaired or replaced 100% new replacement of the cigarettes. 19. Magneto overhaul, must include new blocks, rotor, points, condenser, bearings, and distributor gears. 20. Alternator mount studs shall protrude 2-1/2 threads after alternator and nuts have been installed. 21. Bushings (lord mounts), 100% new replacement. 22. Engine flexible mounts MB100877 must be magnaflux inspected. 23. Push rod housing, stainless steel type, must be in perfect condition. 24. Assemble impeller and shaft, must be electronically balanced and certified. 25. Link pins must be magna fluxed and the rods shot peened - stress relieved, and meets new specifications. 26. Blower plates, install-Pratt& Whitney P/N 8712 must meet new specification. 27. Magneto drive bushings must meet new specifications. 28. Magneto drive rubber couplings must meet new specifications. 29. Starter drive bushings must meet new specifications. 30. Oil transfer tube, install new ring carrier P/N 10266 and ring P/N 33455 31. Alternator drive bearings assembles for 50 AMP Jasco type, must meet new specifications. 32. 10 to 1 blower bearings, 100% new. 33. Reface cylinder pads on main case and install 100% new cylinder hold down studs. 34. Reface magneto pads if necessary and install stainless steel plates (Factory and FAA approved). 35. Rocker oil manifold ring and mating surface milled. 36. Propeller governor drive studs - remove and replace with new studs 100%, and shall be sufficient length to protrude 2-1/2 threads after governor installation. 37. No reground cams acceptable. 38. Thrust bearing P/N 288934, new. 39. Gun control bushings P/N 1171, must meet new specifications. 40. Magneto Drives (long) P/N 1174, must meet new specifications. 41. Starter shaft bushing P/N 1191, must meet new specifications. 42. No welded sumps acceptable. 43. Spark plugs 5/8" fine wire REM 38S. 44. Exhaust studs, 100% new. 45. Rear bearing P/N 288 947, must be reconditioned or replaced with new. 46. Front bearing P/N 325 683, must be reconditioned or replaced with new. 47. Cotter pins on exposed part of engine shall be stainless steel type. 48. Engine cylinder baffling, repair or replace all parts pertaining to baffling, paint (black) and install in same blast tube configuration as received. 49. Paint rear accessary case with white and the front nose case green. (Imron elite P2343 Shamrock green, Imron Elite white) 50. Representative for paint color codes. 51. Test run engine for a minimum of 4 hours. 52. Readjust valves after 4 hour test 53. Crankshaft must be dynamically balanced. Attachments: Other Than Full and Open Justification Proposal Submission Form Proposal Submission Information (emailed proposals are preferred) Offers are due at Forest Service, Tongass National Forest, 648 Mission St., Attn: Ron Smith, Contracting Officer, Ketchikan, AK 99901 by July 23, 2015 @ 1:00 P.M. (Alaska Time) Ron Smith Contracting Officer Phone: 907-228-6244 Fax: 907-228-6254 e-mail: rpsmith@fs.fed.us *See attached page for Proposal Submission requirements and Return Form
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/109/AG-0116-S-15-0035/listing.html)
- Place of Performance
- Address: USDA Forest Service LEI, PO Box 21889, Juneau, Alaska, 99802, United States
- Zip Code: 99802
- Zip Code: 99802
- Record
- SN03789585-W 20150710/150708235418-ccd3ab9f202676f4494ffb7878a06007 (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 |