Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 2,1999 PSA#2487

U.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