Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168

USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Room 114, Fort Bragg, NC 28307-5200

J -- MAINTENANCE/REPAIR OF CASA 212 AIRCRAFT SOL USZA92-98-Q-0026 DUE 091498 POC Jane Sutherlin, Contracting Officer, 910/432-2146 The US Army Special Operations Command has a requirement to perform maintenance/repair actions necessary to return two CASA 212 aircraft to flyable status. This 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; no written solicitation will be issued. Bids are being requested and a written solicitation will not be issued. This procurement is UNRESTRICTED. Award will be made on the Best Value to the Government considering FAA Certification, Past Performance, Price and anticipated completion date. These factors are in descending order of importance. Price becomes more important as the rating of the other factors becomes equal. The cost proposal shall have detailed information as to all labor requirement(loaded labor rates and number of hours needed for each category), parts and material costs and any other direct or indirect charges. This action will be processed on a Time and Materials Basis utilizing fully loaded labor rates and materials on a cost reimbursable basis. STATEMENT OF WORK: 1.0. SCOPE. The scope of this effort to perform those maintenance actions necessary to return two (2) CASA 212 aircraft to flyable status. The aircraft are currently located at the RSC Greenville TX facility. The execution of this effort is planned in two phases. Phase I would include those efforts necessary to prepare two aircraft for a "one time" ferry flight from Greenville TX to an appropriate depot facility for the purpose of accomplishing all maintenance actions required to return the aircraft to flyable status in accordance with Federal Aviation Administration (FAA) regulations and CASA 212 maintenance manuals. Phase I also includes flight crews to ferry the aircraft to the appropriate location. Phase II would be accomplished at the depot facility required to perform all maintenance actions to return the two aircraft to "full up" serviceable status that will include all inspections due within 100 hours or 6 calendar months and delivery to Fort Bragg, NC Simmons Army Airfield. 1.1. BACKGROUND. The two CASA-212 aircraft are currently being kept in "short term" storage at the Raytheon System Company (RSC) Greenville, Texas facility. The RSC Greenville Division, as the authorized maintenance activity for these CASA-212 aircraft, has performed ground engine runs on a monthly basis since October 97. However, no other maintenance action nor inspections have been accomplished. The maintenance and inspections requirements for all CASA-212 aircraft are dictated by Federal Aviation Administration (FAA) procedures and must be conducted in accordance with (IAW) the CASA-212 commercial technical publications. 1.2. Aircraft Condition Baseline. A paper review of the aircraft log books and historical records, identified the following inspections and maintenance actions as being due or overdue and must be accomplished to return these aircraft to serviceable status (see exhibit 1). Inspections known to be due are as follows: CASA-212 (Tail Number 0159) a). Airworthy Directives (ADs) & "A" & "C check" inspections 1c, 1a, 2a, 3a, and minor corrosion inspection and time changes. b). Engine Borescope (#2 engine only). c). Propeller Inspection (both engines). d). Rudder/seat AD. e). Landing Gear Inspection (both mains & nose gear due). f). Wash & Lube. CASA-212 (Tail Number 0169) a). ADs & "A" & "C check" inspections 1c, 2a, 2c, 4c, 1a, 3a, major corrosion inspection and time changes. b). Engine Borescope (both engines). c). Rudder/seat AD. d). Landing Gear Inspection (nose gear due in 18 hrs). e). Wash & Lube. 2.0. APPLICABLE DOCUMENTATION a) Federal Aviation Administration Federal Aviation Regulations. b) Engine/Propeller Overhaul Maintenance, and Parts Manuals. c) CASA 212 Aircraft Overhaul, Maintenance, and Parts Manuals. 3.0. REQUIREMENTS 3.1. The contractor shall be FAR Part 145 Licensed Repair Station with CASA 212 endorsement. The aircraft and forms/records shall be made available in Greenville for the purpose of inspection and evaluation. 3.1.1. The contractor shall perform maintenance actions to return two CASA 212s aircraft to serviceable condition, as required by FARS and IAW CASA 212 maintenance program. All aircraft inspection due within 100 hours or 6 calendar months shall be completed as part of the SOW airworthiness requirement. 3.1.2. The Contractor shall provide full maintenance services (special tools, equipment, parts and materials) required to one time ferry flight to authorized repair station. The contractor will obtain an FAA permit for a one time ferry flight to the contractor repair facility. 3.1.3. All flight operations will be conducted from Greenville TX, to the repair facility, to Fort Bragg NC, and as required by the vendor. 3.1.4. Contractor shall, except as otherwise provided herein, be responsible for providing all personnel, materials, supplies, spare parts, maintenance services, and support equipment required for performance of returning two CASA 212 aircraft to Fully serviceable condition and delivered to Fort Bragg NC, Simmons Army Airfield. The contractor shall provide the government a list of repair parts as needed to return the aircraft to serviceable condition and the government shall provide repair parts, if available. If not available, the Contractor will be responsible for providing these parts on a direct bill to the contract. 3.1.5. Contractor shall have authority with approval of the Government Flight Representative (GFR) in deciding all matters directly connected with flight operations in accordance with the Contractor's operations and maintenance manuals as amended, revised, or supplemented from time to time. Said manuals shall be available for inspection at all reasonable times at the Contractor's principal base. 3.1.6. Flying time for fixed wing aircraft and all other records of aircraft utilization required by the FAA shall be recorded. 3.1.7. The personnel provided by the Contractor in the performance of this contract shall have a current FAA license to operate the aircraft to which they are assigned. Contracting officer or his designated representative reserves the right to review all flight crew personnel records based on background experience, etc., prior to being approved for assignment to this contract and the mission on behalf of the Government. 3.1.8. Contractor is responsible for all costs related to the qualification and maintenance of proficiency in flight crews for aircraft types normally utilized in the Contractor's commercial operations. 4.0. QUALITY ASSURANCE. The contractor shall ensure that parts and materials utilized in the accomplishment of this effort are as specified in the appropriate maintenance and parts manuals and conform with standard aviation industry engineering and manufacturing practices. The contractor shall assure that processing actions are accomplished IAW Federal Aviation Administration Regulations. 5.0. DELIVERABLES.. The contractor shall deliver two CASA 212 aircraft to Fort Bragg, NC Simmons Army Airfield in a Fully Flyable condition as required by the SOW. This action is issued as a Request for Proposal (RFP). Invoices shall be submitted in original and three (3) copies to: Defense Finance and Accounting Service, PO Box 934450, 2500 Leahy Avenue, Orlando, FL 32893-4400. The provisions at FAR 52.212-1, Instructions to Offerors -- Commercial; 52-212-2, Evaluation -- Commercial Items, 52.212-3, Offeror Representations and Certifications -- Commercial Items apply to this requirement; DFARS 252.212.7000, Offeror Representations and Certifications -- Commercial Items apply to this requirement. The clauses at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; DFARS 252.212.7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this requirement. Additionally, within FAR 52.212-5 the following clauses are applicable: 52.203-6 AI, 52.222-26, 52.222-35, 52.222.36, 52.222.37, 52.225-3,52,225-9, 52.225-18, 52.225-19, 52.225-21, 52.247-64 apply. Copies of all provisions/clauses in full text will be furnished upon receipt of a written request. The Government reserves the right to award more than one order if it is the best interest of the Government. Offerors who can furnish the required items, may submit, in writing, to include pricing. All responses must be received within 15 calendar days of the date of this CBD notice Proposals are to be delivered to US Army Special Operations Command, ATTN: AOCO, Building E-2929, Room 114, Desert Storm Drive, Fort Bragg, NC 28307-5200 not later than 1400 hours 14 September 1998. All responses from responsible sources submitting the required information will be fully considered. No additional synopsis will be published. Failure to provide adequate information to reflect compliance with the specificationsof the required items here in will result in disqualification. Request for a solicitation will be considered nonresponsive. FAX proposals will be accepted. FAX questions may be submitted to 910/432-9345. This action is being processed Subject to the Availability of Funds***** Posted 08/25/98 (W-SN241460). (0237)

Loren Data Corp. http://www.ld.com (SYN# 0069 19980827\J-0013.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page