Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1998 PSA#2157

U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee Blvd., Fort Eustis, VA 23604-5577

J -- REPAIR OF 3 EACH ALLISON 250 C20(B) AIRCRAFT TURBINE ENGINES SOL USZA95-98-Q-0071 DUE 081898 POC Rich Cooney (757) 878-5223 X251 E-MAIL: Contracting Officer, rcooney@tapo.eustis.army.mil. 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is USZA95-98-Q-0071 and is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-5. This contract action is set-aside 100% for Small Business. The Standard Industrial Classification applicable to this contract action is 3728. The size standard is 1,000 employees. *******STATEMENT OF WORK: The Government requires that three each Allison 250 C20(B) Gas Turbine Engines, P/N: 6887191, be repaired. The contractor shall furnish all labor, facilities, materials, and parts required to inspect and repair each engine. All repair actions shall be performed in two phases. Under phase 1, the contractor shall tear down and inspect the engine to determine necessary engine repairs and submit a fixed priced repair proposal to the contracting officer. The repair proposal shall include a detailed breakdown of items to be repaired including labor hours required for repair and cost to repair. Upon Government acceptance of the repair proposal, the contractor shall (phase 2) repair, test, preserve and package the engine for return shipment to the Government. The contractor shall complete phase 1 within 15 days after receipt of the engines and shall complete repair of each engine within 30 days after Government acceptance of the repair proposal. The Government reserves the right not to fund the repair of all engines. Should the Government not elect to repair an engine the contractor will only be reimbursed for phase 1 and the cost to return the engine to the Government. Repair shall be accomplished in accordance with current Allison Engine Company Maintenance, Repair, and Overhaul manuals applicable to the 250 C20(B) and Commercial Engine Bulletins (CEBs) that are applicable to the OH-6C. Only Original Equipment Manufacturer (OEM) parts shall be used during repair. Engines being repaired for "Metal Making" shall have all bearings, seals, gears, and shafts removed and inspected as well as the entire oil system and an alignment build per Allison Overhaul Manual 10W3. Fuel controls shall be adjusted to 270lbs and +2, -0, after completion of manufacturer specification testing. Each engine, after the completion of work, shall be placed on a test stand, run up and checked for performance and quality of work. Any deficiencies found during the test stand analysis will be corrected prior to Government acceptance of the engine. Engine containers will be furnished for packing/packaging. *******QUOTATION SUBMISSION REQUIREMENTS: ***QUALIFICATIONS: Offers will only be accepted from FAA approved repair stations. Offers must include: 1) A copy of the offeror's repair station certificate or certification number; 2) A statement of experience repairing Allison Engines and identification of at least 3 customers to include name, address and phone number who the Government may contact to verify experience and the offeror past performance; 3) If applicable, confirmation that the offeror is an Allison Authorized Repair Facility. *** PRICE: Quotations must include three prices as follows: 0001 -- Phase 1 Fixed Priced Tear down and Inspection, 0002 -- Fixed Price Hourly Rate to effect Repair, 0003 -- Fixed Parts Price discount from the Allison Parts List which will be applicable to all Allison Parts purchased to effect repair. ***SCHEDULE: The offeror shall confirm their ability to perform in accordance with the requested schedule or propose an alternate schedule. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition there are no addenda. The provision at 52.212-2, Evaluation -- Commercial Items will be used. *******EVALUATION CRITERIA: Award shall be made to that offeror whose offer represents the best overall value to the Government considering qualification, price and schedule. An offeror's qualifications are considered significantly more important than price which is more important that schedule. For evaluation purposes only, price shall be calculated as follows: Line Item 0001 + the fixed price specified at item 0002 multiplied by 300 hours + the discount proposed at line 0003 applied against a catalog price of $150,000. *******CLAUSES: In addition to the above, quotations must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition; there are no addenda. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition the following clauses are applicable to this acquisition: 52,222-26, "Equal Opportunity,"; 52.222-35, "Affirmative Action for Special Disabled and Vietnam Era Veterans,"; 52.222-36, "Affirmative Action for Handicapped workers,"; 52.225-19, "European Union Sanctions for Services;" 52.247-64, "Preference for Privately Owned U.S. -- Flag Commercial Vessels;" 52.222-41, "Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.);" 52.222-44, "Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq);" The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 1998) applies to this acquisition. Within 252.212-70001 the following apply: 252.247-7024 "Notification of Transportation of Supplies by Sea (10 U.S.C. 2631)." As required by 52.222-42, "Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.)," the following is provided -- This Statement is for Information Only it is not a WageDetermination the equivalent Federal Employee Class is Aircraft Engine Mechanic the Monetary Wage is $12.97 -- $17.71 per hour plus Fringe Benefits). 52.222-49 SERVICE CONTRACT ACT -- PLACE OF PERFORMANCE UNKNOWN (MAY 1989) (a) This contract is subject to the Service Contract Act, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: Oakland California, Dallas Texas and Mesa Arizona. The Contracting Officer will request wage determinations for additional places or areas of performance based upon quotations received.(b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (End of clause). Wage determinations applicable to this solicitation as of the date of issuance are: Aircraft Mechanic Occupation Code 23010 / Oakland CA -- $19.38 per hour / Shreveport LA -- $18.37 per hour / Phoenix AZ -- $16.78 per hour / Dallas TX -- $15.60 per hour. *******QUOTATION INSTRUCTIONS: Quotations are due August 18, 1998 by 3:00 Local Time. Facsimile quotations are acceptable. The facsimile number is (757) 878-4199 or quotations may be mailed to the address previously identified in this synopsis. All quotations received by the specified due date will be considered by the Government. Questions concerning this solicitation should be addressed to the contracting officer -- Rich Cooney (757) 878-5223 X251 or e-mail: rcooney@tapo.eustis.army.mil. Numbered Note 1 Applies. Posted 08/08/98 (W-SN234475). (0220)

Loren Data Corp. http://www.ld.com (SYN# 0058 19980812\J-0012.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page