Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2017 FBO #5790
MODIFICATION

J -- Engine Runs Testing and Repair - Additional Engine Documents - Amendment 1

Notice Date
9/28/2017
 
Notice Type
Modification/Amendment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
80AFRC17R0020
 
Archive Date
10/26/2017
 
Point of Contact
Sandra L Morgan, Phone: 6612762192, Rosalia Toberman, Phone: 6612763931
 
E-Mail Address
Sandra.L.Morgan@nasa.gov, rosalia.toberman-1@nasa.gov
(Sandra.L.Morgan@nasa.gov, rosalia.toberman-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
SF30 Modification to RFP 80AFRC17R0020 Mod 1. Questions and Answers on Pg. 2 Maintenance Directives Status 689573 Maintenance Directives Status 689569 Maintenance Directives Status 685798 Maintenance Directives Status 662958 Maintenance Directives Status 662935 Maintenance Directives Status 662514 Maintenance Directives Status 662412 LLC Report with Quality Assurance Stamp 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 and a written solicitation will not be issued. Solicitation Number: 80AFRC17R0020; this solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is a full and open requirement. The NAICS Code and the small business size standard for this procurement is 336412 with 1500 employees. The offeror shall state in their offer their size status for this procurement. Offerors include with their offer the prices for the following Contract Line Items: CLIN Engine Serial Number Qty. Unit Price Shipping FOB Destination Total 1 662412 1 2 662935 1 3 662514 1 4 662958 1 5 685798 1 6 689569 1 7 689573 1 Total Proposed Price $ Description of requirements for the items to be acquired: See attached statement of work (SOW) for testing, documentation and repair requirements. All responsible sources may submit an offer which shall be considered by the agency. Pick-up and Delivery to NASA - Armstrong Flight Research Center, 2825 East Ave. P, Bldg. 703, Palmdale, CA 93550 is required within 60 days ARO. Delivery shall be FOB Destination. Offeror shall arrange for pick-up and delivery of engines from Palmdale, California to contractor repair facility and return to Palmdale, California. The provision at 52.212-1, Instructions to Offerors - Commercial (Jan 2017), applies to this acquisition with the follow addenda to the provision: 1. Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted electronically to the designated Government point of contact. As a minimum, offers shall demonstrate: a. Technical Requirements: Offeror shall provide technical information that demonstrates the proposed items capability to meet or exceed the Government's requirement. That includes requirements listed in the attached SOW and quality document Q-1, section A. Offeror shall possess current FAA Repair Station certification to C.F.R Part 145 for engine maintenance; be responsible for Quality Assurance of their vendors; have a procedure for reporting non-conforming articles, materials and equipment; provide inspectors to verify work is completed in accordance with technical specification; utilize a system of positive tool control; ensure all technicians performing work are EASA/FAA Airframe or Power Plant (A&P) certified for work on this engine type; certify that possession or ability to obtain all fixtures, tooling and support equipment necessary to perform required maintenance; that all work will be performed at the same location; possess all relevant JT9D technical reference material to perform task; provide badged access restrictions to the facility that houses the engine; be recognized as a Designated System Provider (DSP) for JT9D engine maintenance and overhaul services by Pratt & Whitney; must be compliant with all PWGSP QA101 requirements. See SOW for specific relating to required certifications and required work. Vendor must be on NASA Armstrong Flight Research Center's Qualified Suppliers List to receive award. b. Price: Offeror shall propose a total firm-fixed-price. c. Offeror's Proposal Shall Include: solicitation number, FOB destination to Armstrong Flight Research Center, 2825 East Ave. P, Bldg. 703, Palmdale, CA 93550, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), identification of any special commercial terms, and be signed by an authorized company representative. d. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 2. Offer must agree with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 3. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 4. 52.222‐22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) Addendum to FAR 52.212-2, Evaluation -- Commercial Items 1. An initial review of proposals will be conducted to determine acceptability of the proposals in accordance with NFS 1815.305-70, Identification of Unacceptable Proposals. An offeror whose proposal does not comply with the solicitation submittal requirements may be determined unacceptable. All unacceptable proposals will be eliminated from further evaluation. 2. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following shall be used to evaluate offers: Lowest Price Technically Acceptable (a) Technical Requirements: Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors that do not meet or exceed the requirements of the product will not be considered for award. Delivery will be evaluated to determine the Offerors ability to meet the required delivery schedule. (b) Price: Price will be evaluated for reasonableness by comparing the proposed total price. (c) Basis for Award: The Government will award one contract resulting from the RFP to the responsible offeror based upon the Lowest Price Technically Acceptable. NASA will determine the award based on its determination of a best value pricing using the total proposed price for all seven (7) engines of the technically acceptable offers. By submission of its offer, the offeror accedes to all RFP requirements, including terms and conditions, representations and certifications, in addition to those identified as evaluation factors. 3. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror(s) within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, apply to this acquisition with the following addenda to the clause: Offeror must comply with the requirements of FAR 52.212-1(j) "Data Universal Numbering System (DUNS) Number" and FAR 52.212-1(k) "System for Award Management" to be eligible for award. 52.204-7 System for Award Management. (Oct 2016) 52.204 -16 Commercial and Government Entity Code Reporting (Jul 2016) 52.246-11 Higher-Level Contract Quality Requirement (Dec 2014) (a) The Contractor shall comply with the higher-level quality standard(s) listed below. AS9100 1852.203-71 Requirement to Inform Employees of Whistleblower Rights (Aug 2014) 1852.215-84 Ombudsman (Nov 2011) Vendor's responsibility for monitoring FedBizOpps.gov for the release of any amendments to this RFP. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017), with its offer. 52.209-7 Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), apply to this acquisition with the following addenda to the clause: 52.204-4 Printed or Copied Double-Sided On Postconsumer Fiber Content Paper. (May 2011) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.227-14 Rights in Data -- General (May 2014) as modified by NFS 1852.227-14 Rights In Data--General (Apr 2015). 52.227-16 Additional Data Requirements (Jun 1987) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-13 Bankruptcy (Jul 1995) 1852.215-84 Ombudsman (Nov 2011) 1852.223-75 Major Breach of Safety Or Security. (Feb 2002), Alternate I (Feb 2006) 1852.225-70 Export Licenses (Feb 2000) 1852.237-72 Access to Sensitive Information (Jun 2005) 1852.237-73 Release of Sensitive Information (Jun 2005) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items (Jan 2017), applies to this acquisition. The following additional FAR clauses are applicable to the acquisition: 52.203-19, 52.209-10, 52.233-3, 52.233-4, 52.203-6 Alt I, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-53, 52.223-18, 52.225-13, 52.232.33 Offers must be submitted electronically and are due by 5:00 P.M. PT on October 11, 2017 to sandra.l.morgan@nasa.gov and rosalia.toberman@nasa.gov and must include, the name, email and telephone number of the individual to contract for information regarding the solicitation, and must be signed by an authorized company representative. For technical questions regarding this solicitation, please email your questions to Sandra.L.Morgan@nasa.gov by October 6, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/80AFRC17R0020/listing.html)
 
Record
SN04698435-W 20170930/170928231812-f0583780595d05b2744da9d76edfea38 (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.