Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
DOCUMENT

J -- Cleaning, inspection, and repair of the TF34 Compressor Front Spool Stages 3-8 - Attachment

Notice Date
5/4/2017
 
Notice Type
Attachment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
Solicitation Number
N6883617Q0032
 
Point of Contact
Maxine Lopez 904 790-4624 Maxine Lopez, (904)790-4624; Darryl Turner, (904)790-4925
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP, Fleet Logistics Center (FLC) Jacksonville, 110 Yorktown Rd, Jacksonville, FL 32212-1095 intends to procure services on behalf of Fleet Readiness Center Southeast (FRCSE) which is an industrial facility that accomplishes rework, repair, and overhaul of various aircraft, engines, and components located onboard Naval Air Station Jacksonville (NAS Jax), Duval County, Florida. This commercial service requirement was first advertised as Sources Sought Notice N68836-16-T-0435 on 19 August 2016. This acquisition will now be synopsized and solicited in the commercial market on an unrestricted, full and open basis utilizing commercial procedures in accordance with FAR Part 12 (Commercial Items) and Subpart 13.5 (Simplified Procedures for Certain Commercial Items) under Solicitation N68836-17-Q-0032. The small business standard for the associated NAICS code is 488190 with a size standard of $32.5M. The requirement consists of the cleaning, inspection and repair of the TF34 Compressor Front Spool Stages 3-8. The Compressor Front Spool Stages 3-8 is a Critical Safety Item (CSI) and as such is subject to the requirements of the Joint Aeronautical Commanders ™ Group Aviation Critical Safety Item Management Handbook (JACG CSI HB latest version). To fulfill the requirements of this Performance Work Statement (PWS), the Contractor shall be an approved source of repair for the spool, as identified by the Original Equipment Manufacturer (OEM) - General Electric or the TF34 Fleet Support Team (FST) located onboard Naval Air Station, Jacksonville, Florida. If the Contractor is not currently an approved source, a Source Approval Request shall be submitted that meets the requirements listed in the publication identified in section 4(g) of the PWS. However, inasmuch as the processing time and approval of a new source is beyond the scope of this requirement, all newly submitted Source Approval Requests will only be considered for future requirements. See Attached PWS. The solicitation will require the submission of a price/cost quote. The acquisition strategy for this requirement includes a twelve (12) month base year period with four (4), one-year option periods. The period of performance under the resultant contract is expected to begin on or about 14 July 2017. FLC ™s intent is to issue a single firm fixed price (FFP) requirements type contract to the eligible, responsible quoter whose quote represents the lowest priced, technically acceptable offer. The specific evaluation criteria will be outlined in the solicitation. The full solicitation (Number N68836-17-Q-0032) will be made available on the Government Point of Entry (GPE), Federal Business Opportunities (www.fbo.gov) and Navy Electronic Commerce Online (NECO) (www.neco.navy.mil) websites on or about 05 May 2017. The solicitation will indicate the closing date. Additional information for this requirement will be listed in the solicitation. Interested parties are solely responsible for monitoring of the aforementioned websites for postings of the solicitation and any amendments thereto. Paper copies will not be available. The Government will not pay for information submitted in response to this notice. The solicitation response date is tentative and subject to change. The Points of Contact for this effort are Maxine Lopez, Contract Specialist, AND Darryl Turner, Team Lead Contract Specialist, Fleet Logistics Center Jacksonville. Please direct all questions via e-mail to Maxine.lopez@navy.mil AND Darryl.turner@navy.mil only after reading the details in the solicitation when it is released and becomes available. All responsible sources who can meet the requirements identified in the solicitation may submit a quote that will be considered by the Government. Offerors must be registered in the System for Award Management (SAM) database in order to be considered for award. See https://www.sam.gov for further information and instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b536d9ece65b887f3be161d0ff75618e)
 
Document(s)
Attachment
 
File Name: N6883617Q0032_PWS_3-8_Spool_after_CRB.docx (https://www.neco.navy.mil/synopsis_file/N6883617Q0032_PWS_3-8_Spool_after_CRB.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6883617Q0032_PWS_3-8_Spool_after_CRB.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04497162-W 20170506/170505000257-b536d9ece65b887f3be161d0ff75618e (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.