|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1998 PSA#2069NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 16 -- REMOVAL, INSPECTION, REFURBISHMENT, UPGRADE, AND REINSTALLATION
OF FOUR (4) EACH C-DUCT REVERSERS THAT ARE USED ON THE ROLLS ROYCE RB
211-535E4 ENGINES INSTALLED ON THE B757 AIRCRAFT SOL 1-144-GN.1320A
DUE 041798 POC Sang Lee, Contract Specialist, Phone (757)-864-9570, Fax
(757) 864-8863, Email S.H.LEE@ larc.nasa.gov WEB: Click here for the
latest information about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-144-GN.1320A. E-MAIL: Sang
Lee, S.H.LEE@larc.nasa.gov. This requirement is for the removal,
inspection, refurbishment, upgrade, and reinstallation of four (4) each
C-Duct Reversers that are used on the Government-Owned Rolls Royce RB
211-535E4 engines installed on the Boeing 757 aircraft, tail number
NASA 557. For detailed specifications, see detailed specifications
under Business Opportunities at
http://procurement.nasa.gov/EPS/LaRC/Synopses/1-144-GN.1320A/sol.html#
Other01 . 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; offers are
being requested and a written solicitation will not be issued. This
procurement is being conducted under the authority of FAR Subpart 13.5,
Test Program for Certain Commercial Items, and FAR Part 12, Commercial
Items. The provisions and clauses in the Request for Offer (RFO) are
those in effect through FAC 97-03. This procurement is a total small
business set-aside, per FAR 52.219-6. See Note 1. The SIC Code and
small business size standard are 3724 and 1000 employees, respectively.
The offeror shall state in their offer their size status for this
procurement. The Government-Furnished Equipment will be made available
no later than June 15, 1998. All contract requirements shall be
completed no later than August 27, 1998. Delivery shall be FOB
Destination within Consignee Premises. The DPAS Rating for this
procurement is DO -C9. All qualified responsible sources may submit an
offer which shall be considered by the agency. All offerors shall
provide the information required by FAR 52.212-1. In accordance with
52.212-1(b)(4), offerors shall provide a technical description of the
items/services being offered in sufficient detail to evaluate
compliance with the requirements in the solicitation. This may include
product literature, technical features, warranty provisions, and/or
any other relevant documents. Addenda to FAR 52.212-1 are asfollows: A.
FAR Provisons: 52.204-6, 52.214-34, 52.214-35, 52.233-2, 52.252-3,
52.252-5; B. NASA FAR Supplement Provisions: 1852.233-70. All offerors
shall complete the Representations and Certifications required by FAR
52.212-3 which may be obtained via the internet at
http://nais.nasa.gov/msfc/pub/reps_certs/midrange and will be
incorporated by reference in any resulting purchase order. All offers
are due by April 17, 1998, 4:00 p.m. eastern time to the following
address: NASA Langley Research Center, Attn: M/S 144/Bid Distribution
Office, Solicitation No. 1-144-GN. 1320,9A Langley Blvd., Bldg. 1195A,
Room 125, Hampton, VA 23681-0001 Facsimilie offers are also
acceptable. The facsimilie phone number is (757)864-7898. However, the
Government is not responsible for errors in transmission and it is the
offeror s responsibility to confirm that their offer is submitted in
its entirety before the closing date of this procurement. All offers
for the items described above may be mailed or faxed by the date/time
specified and shall include: solicitation number, FOB destination to
this Center, proposed/acceptance of delivery schedule, discount/payment
terms, warranty terms and duration, technical information pertaining to
the offer, list of references, and completed Representations and
Certifications(FAR 52.212-3). Offer shall be signed by an authorized
company representative. Award will be made on a SF 1449. Offerors are
encouraged to use the Standard Form 1449, Solicitation/Contract/Order
for Commercial Items form found at
URL:http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit
an offer. Selection and award will be in accordance with FAR 52.212-2
with the following Best Value Selection(BVS) factors: (1) Offeror who
can demonstrate a superior Quality Control Process for this work; and
(2) Offeror who can demonstrate a superior technical approach to
meeting or beating the required delivery date of August 27, 1998.
Relevant experience and past performance shall be evidenced relative to
refurbishing and upgrading C-Duct Reversers that are used on Rolls
Royce RB 211-535E4 engines. For evaluation of price, the Government
will add the total quoted price of Items 1,2,3 and 4, plus Item 5 based
on an evaluation factor of 200 hours and $30,000 in material costs. BVS
factors and past performance are each equal in relative importance to
price. Technical acceptability will be determined by information
submitted by the offeror providing a description in sufficient detail
to show that the supplies/services offered meets the Government s
requirement. All offerors shall address each BVS factor and provide
adequate relevant experience and past performance references in their
offer. An ombudsman has been appointed -- See Internet Note "B".
Prospective offerors shall notify this office of their intent to submit
an offer. It is the offeror's responsibility to monitor this site
and/or CBD for the release of amendments (if any). Potential offerors
will be responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). A Procurement Reference
Library is located at
http://db.www.larc.nasa.gov/procurement/home-page.html for information
on any FAR/NASA clauses referenced herein. Any referenced notes can be
viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm.
(0093) Loren Data Corp. http://www.ld.com (SYN# 0152 19980408\16-0002.SOL)
16 - Aircraft Components and Accessories Index Page
|
|