Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1998 PSA#2069

NASA/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