Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

V -- Transportation of Two (2) P-8 Aircraft Engines

Notice Date
12/5/2019 4:34:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N0001920R0022
 
Response Due
12/5/2019 12:00:00 PM
 
Archive Date
12/20/2019
 
Point of Contact
Erin Olenjack
 
E-Mail Address
erin.olenjack@navy.mil
(erin.olenjack@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A Request for Information, number N00019-19-SIMACQ-PMA-290-0939, was posted to FedBizOps in for this requirement. The RFI closed on October 10, 2019. REQUEST FOR QUOTEMaritime, Patrol, and Reconnaissance Aircraft (PMA-290)Naval Air Systems Command (NAVAIR), Patuxent River, MD 20670DescriptionThe Naval Air Systems Command (NAVAIR) in support of the Maritime, Patrol, and Reconnaissance Aircraft Program Office- PMA-290 is seeking quotes to fulfill the requirement for the transportation of two (2) CFM International Inc. CFM56-7B27AE engines for the United Kingdom’s (UK) P-8 aircraft.BackgroundIn response to information received to the issued Request for Information (RFI) N00019-19-SIMACQ-PMA-290-0939, PMA-290 is issuing a Request for Quote (RFQ) to fulfill a requirement to provide transportation/shipping of two (2) CFM 56-7B27AE engines.RequirementThe contractor will be required to provide transportation/shipping of two (2) CFM 56-7B27AE engines including FAA Form 8130-3 (Airworthiness Approval Tag) and Engine Records and Logbooks, shipment trailer, engine stand, and engine cover, from CFM’s (GE) facility located in Peebles, OH, to Everett, WA, in accordance with the CFM56-7 Road Transportation Specifications attached to this RFQ. Each shipment is subject to the terms and conditions listed in 41 CFR 102-117 and 41 CFR 102-118. The Contractor shall transport one engine on or about April 2020, and one engine on or about April 2021.The selected contractor shall arrange transportation and pick up the engine at CFM's (G.E.) facility within seven (7) calendar days of receipt of the notification of availability (NOA) from the Government. The first engine will be available early April 2020. Storage is not authorized and therefore the selected vendor will be required to pick up the engine within 7 calendar days of notification that it is available and transport it to the location specified in this RFQ as efficiently as possible. Notice will be given to the selected vendor by the government via email. Once picked up, the selected vendor will have seven (7) calendar days to deliver the engine to the Everett, WA location.CFM (G.E.), the engine manufacturer, will provide the shipping base which will be attached to the engine, place the engine on the truck, and monitor the chaining and tarping of the CFM56-7 engine by the selected vendor, and then release the engine for transportation. The shipping contractor is not responsible for the unloading of the material and Boeing will assume custody of the engine from the beginning of the off load procedure. Boeing will offload the CFM56-7 engine upon arrival as they have several forklifts available for this specific purpose.Each engine has an estimated replacement cost of $14 million. The US Government will not insure this effort. An acceptable offer will include at a minimum, evidence of the contractor’s ability to obtain and maintain the required insurance to cover the total loss of both engines, $14 million, and the information outlined in the response section. Engine Dimensions and Special Shipping Instructions: Cube: 802 Nomen: CFM56-7 ENGINE CFM56-7 DIMENSIONS: a maximum of 163"L X 100"W X 85"H CFM56-7 WEIGHT: 10,000 LBS Max weight depends on support equipment used but the entire weight, engine and support equipment, will not exceed 11,270 Fuel and Engine Oil Drained by CFM prior to shipment. Non Hazardous. SPECIAL HANDLING: Per technical POC determination AIR RIDE TRACTOR/TRAILER IS REQUIRED LOAD MUST BE TARPED Ensure that chains and binders are applied to tie-down rings on the engine's shipping stand and secured to the trailer. ResponsesInterested parties are requested to respond to this RFQ via email response to Erin Olenjack at Erin.Olenjack@navy.mil. All quotes must be Microsoft Office 2007 compatible and are due no later than 1500EST on December 5, 2019. Quotes received after this date and time will not be accepted.Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. The responses provided will be reviewed by members of the P-8A program office, which includes United Kingdom nationals, in order to support the joint evaluation of the requirement. These individuals will include both military and civilian personnel supporting the PMA-290 P-8A Joint Program Office.To be considered compliant with this RFQ, all quotes must submit a signed and dated quote to the office specified in this solicitation at or before the exact time specified in this solicitation.As a minimum, offers must show— (1) The solicitation number; (2) The date of the quote; (3) The name, address, CAGE code, DUNs, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Any past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information) (10) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers (11) Proof of adequate insurance coverage or proof that adequate insurance coverage can be obtained. This insurance coverage and all associated costs are to be included in the quote. Failure to address the insurance coverage will result in a quote that is deemed technically unacceptable and not considered (12) Proof of Small Business status, to include the contact information for your SBO representativeThis solicitation is 100% set aside for Small Businesses operating under NAICS 484230-“Specialized Freight (except Used Goods) Trucking, Long-Distance”. This industry comprises establishments primarily engaged in providing long-distance specialized trucking. These establishments provide trucking between metropolitan areas that may cross North American country borders.A “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement, under this NAICS code, is defined by the U.S Small Business Administration as a business, including its affiliates, averaging no more than $30 million in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at www.acquisition.gov/far/.Evaluation of OffersAward will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the standards for technical acceptability pursuant to the minimum requirements as stated above, Lowest Price Technically Acceptable (LPTA). All quotes must adhere to the “responses” section, numbers 1-12, of this RFQ in order to be considered. Past performance information is one indicator of an offeror’s ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor’s performance shall be considered.QuestionsQuestions regarding this announcement shall be submitted in writing by e-mail to Erin Olenjack at Erin.Olenjack@navy.mil on or before 1500EST on November 26, 2019. Questions submitted after time and date may not be considered. Verbal questions will NOT be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/31ad6cc5f38c46a8ae23f2294763de7c/view)
 
Place of Performance
Address: 61420, OH 45660, USA
Zip Code: 45660
Country: USA
 
Record
SN05510017-F 20191207/191205230246 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.