|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 2,1999 PSA#2487U.S. Department of Justice, Immigration & Naturalization Service, 7701
N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247 28 -- TEAR DOWN/ANALYSIS OF HELICOPTER ENGINES SOL ACD-0-Q-0002 DUE
120799 POC Tongee Flemming, Contract Specialist, (214) 905-5392 The
Immigration and Naturalization Service, Dallas, Texas is issuing 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. Solicitation #ACD-0-Q-0002
is being issued as a Request for Quotation. The solicitation document
and incorporated provisions and clauses are those in effect through
Acquisition Circular 97-14. This is a 100% SET-ASIDE FOR SMALL
BUSINESSES with a Standard Industrial Classification (SIC) code of
3724, for the Tear Down and Analysis and Repair Estimate of two (2)
Allison Gas Turbine Helicopter Engines-250-C47M Compressor (S/N CAE
847839; and CAE 848746). PLEASE NOTE: AOG Requirement. Term of the
contract is 45 Days, FOB- Destination. The following are the Contract
Line Item Numbers (CLINs): CLIN 0001: TEAR DOWN AND ANALYSIS OF
HELICOPTER ENGINES 250-C47M COMPRESSOR; QTY 2 EA $____________; TOTAL
AMT $_______________; CLIN 0002: HOURLY COMPOSITE RATE $
______________; CLIN 0003: MATERIAL HANDLING CHARGE FOR CONTRACTOR
FURNISHED PARTS $ ____________. The Contractor will do a Tear Down and
Analysis inspection in accordance with the applicable priced CLIN. The
Contractor will provide to the COTR a list of required parts and
estimate of labor hours required to repair each engine/accessory, which
will include a ceiling cost and recommended reduced cost. Tear Down and
Analysis shall be completed within two weeks of receipt of the engines
and the cost estimates are to be provided to the COTR within three
weeks of receipt of the engines. The Contracting Officer will provide
approval prior to the commencement of work beyond the Tear Down and
Analysis inspection by issuing a modification which will order the
repair and establish a ceiling cost. Any expenses above the established
ceiling cost must be approved, in advance, by the Contracting Officer.
All repairs shall be completed within two weeks after receipt of the
Contracting Officer's approval. Only offers from Federal Aviation
Administration (FAA)/STC approved repair facility (if in United States)
or confirmed by the FAA to demonstrate a level of achievement that is
equivalent (if foreign) and must be an approved Allison repair station
will be accepted. Documentation pertaining to Allison AMC and FAA
status will be required at the time of quote submission. Repairs will
be to the latest configuration and standards in accordance with
applicable Allison maintenance manuals, service letters, service
bulletins, and authorized maintenance center information letters
(AMCIL) with changes in effect at the time of award. The Contractor
will provide FAA Form 8010-A on any parts found to be unserviceable.
All parts will be returned to the Government regardless of
serviceability with required documentation. Contractor shall furnish
written warranty and all warranties shall commence from date of
installation. DEFINITIONS: HOURLY COMPOSITE RATE- Includes direct and
indirect labor, indirect materials, overhead and profit. Payments under
the applicable item will be computed by multiplying the Direct Labor
Hours expended by the Hourly Composite Rate. The amounts payable for
fractional parts of an hour may be prorated by fractions or increments
not more than one fourth (1/4) of an hour. TEAR DOWN AND ANALYSIS- The
individual parts shall be inspected for material failure, cracks, or
fatigue. The analysis must indicate any parts that require replacement.
CONTRACTOR FURNISHED PARTS- All parts or material furnished by the
contractor shall have as their origin, either (1) holder of an
appropriate FAA Production Certificate or his licensee, or (2) holder
of an appropriate FAA Parts Manufacturer Approval (FAA-PMA), or (3)
foreign manufacturer when the country of manufacturer has an agreement
with the U.S. for import and has issued an appropriate certificate of
airworthiness, or (4) holder of an appropriate Technical Standard
Order (TSO) authorization, or (5) manufacturer who has identified the
item as FAA approved by providing a properly executed airworthiness
approval tag, FAA Form 8130-3. Payment shall be made for parts so
furnished only as provided in the clause entitled "Payments Under Time
and Materials and Labor Hour Contracts", FAR 52.232-7. Invoices must
be supported with a summation of the actual hours expended and copies
of invoices for parts used in the repair. Profit for these items will
be included in the composite hourly rate. The COTR for this contract is
Mike Hester at 915/782-4450. THE OFFEROR SHALL INCLUDE A COMPLETED COPY
OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and
Certifications -Commercial Items, along with the firm's DUNS number.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial,
applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items
is applicable. Paragraph (a), evaluation criteria are as follows:
Award will be made to the lowest priced, technically acceptable offer.
Technical: Include a narrative explaining the capabilities of your
firm to meet the requirements of this solicitation such as financial
resources, past experience in similar work, and integrity. Include a
list of prior government contracts, which includes the name and phone
number of the Contracting Officer (if Governmet); name and phone number
of your bank and other references. FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statues or Executive Orders-Commercial
Items, and the following additional clauses apply to this acquisition:
FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.222-26,
Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36,
Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment
Reports on Disabled Veterans and Veterans of the Vietnam; FAR 52.225-3,
Buy American Act-Supplies; FAR 52.252-1, Solicitation Provisions
Incorporated by Reference; FAR 52.232-7 Payments Under
Time-and-Materials and Labor Hour Contracts ALT I ; FAR 52.243-3
Changes-Time-and-Materials Labor Hours; FAR 52.245-5 Government
Property (Cost Reimbursement, Time-and-Materials, or Labor-Hour
Contracts). Also, the full text of a solicitation provision may be
accessed electronically at http://www.arnet.gov./far. Quotes are due
December 7, 1999, 2:00 PM, at the Immigration and Naturalization
Service, ATTN: TONGEE FLEMMING, ACDCAP, 7701 N. Stemmons Freeway,
Dallas, TX 75247. Inquiries shall be in written form and can be faxed
to (214) 767-7458, or may be e-mailed to: tongee.flemming@usdoj.gov.
All responsible sources may submit a quote, which shall be considered
by the agency. See Note #1. Posted 11/30/99 (W-SN404590). (0334) Loren Data Corp. http://www.ld.com (SYN# 0129 19991202\28-0002.SOL)
28 - Engines, Turbines and Components Index Page
|
|