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