|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604U.S. Department of Justice, Immigration & Naturalization Service, 7701
N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247 J -- HEAVY MAINTENANCE INSPECTION OF 250 C20B TURBINE MODULES AND
COMPONENTS AND REPAIR OF 250 C47M ENGINE SOL ACD-0-Q-0011 DUE 052600
POC Cheryl A. Aldridge 214 905-5392 ext 1 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-0011 is being
issued as a Request for Quotation. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-17. This is for the Heavy Maintenance
Inspection of 250 C20B turbine modules and various associate engine
accessories to 1750 TBO in accordance with the manufacturer's
specifications and a 250 C47M engine tear down and analysis/inspection
and repair/ test cell run if needed. PLEASE NOTE: AOG Requirement.
Delivery shall be FOB Destination El Paso, TX within 45 calendar days
after receipt of the item for overhaul and 21 calendar days after
receipt of Government approval for Over and Above/repairs (if needed).
The resulting contract shall be for one month from date of award with
one one-month option period. The prices quoted shall be in effect for
the duration of the contract. The following are the Contract Line Item
Numbers (CLINs) and the pricing shall be the unit price: CLIN 0001:
Fixed price HMI Turbine modules, total time 1700 -- 1850 hours,
1150-1800 cycles. Guaranteed Minimum: 4 each $__________; Maximum
Quantity: 8 CLIN 0002: Fixed price Tear Down and Analysis 250C47M
Turbine Engine with a hot start condition engine run time 681.6, 481
cycles with FADEC 1 each $__________. CLIN 0003: Fixed price Overhaul
Bendix Fuel Control: P/N 2524644-3 Guaranteed Minimum: 4 each
$__________; Maximum Quantity: 8; CLIN 0004: Fixed price Overhaul
Bendix Governor: P/N 23057869 Guaranteed Minimum: 3 each $__________;
Maximum Quantity: 8 $_____________; CLIN 0005: Fixed price Overhaul
Fuel Nozzle P/N 6890917-B Guaranteed Minimum: 3 each $__________;
Maximum Quantity: 8. CLIN 0006: Fixed price Overhaul of Bleed Valve P/N
23053176D Guaranteed Minimum: 3 each $__________; Maximum Quantity: 8.
CLIN 0007: Fixed price Overhaul Fuel Pump Chandler Evans P/N 23065132
Guaranteed Minimum: 2 each $__________; Maximum Quantity: 8. CLIN
0008: Repair of components for Over and Above work other than stated in
the above CLINs: AA: Hourly Composite Labor Rate: $________________;
AB: Percent of discount of manufacturer's price list _____% for all
Contractor Furnished Parts used; handling charge on parts _______% of
net price of parts (after discount). Percent of discount of PMA price
list _____% for all Contractor Furnished Parts used; handling charge on
parts _______% of net price of parts (after discount). The values in
CLIN 0008 will be used in calculating costs in the repair proposal
(should additional work be required). 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. Should there be Over and Above work required,
the Contractor shall provide cost estimates to the COTR within three
weeks of receipt of the assets. The Contracting Officer will provide
written approval prior to the commencement of any Over and Above work
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 three 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 that fall short of reasonable service. 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. 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.
Discounts should include all rebates/credits issued by MFR to the
contractor. 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 and G&A 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 brief 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 Government); 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 52.225-2, Waiver of Buy American Act for Civil Aircraft
and Related Articles; 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); 52.232-1 Payments. FAR 52.216-18, Ordering paragraph (a):
insert "Date of award for thirty days; FAR 52.216-19, Order
Limitations: paragraph (a) insert "one", (b)(1) insert "5", (b)(2)
insert "5", (b)(3) "7", (d) "5"; FAR 52.216-22, Indefinite Quantity,
paragraph (d) insert "the completion of the last delivery order"; FAR
52.217-9, Option to Extend the Term of the Contract, insert "7" in (a)
and "two months" in (c); FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items,
and the following additional clauses apply to this acquisition: FAR
52.222-26, Equal Opportunity (E.O. 11246); Far 52.222-35, Affirmative
Actions for Disabled Veterans and Veterans of the Vietnam Era;
52.222-36, Affirmative Action for Workers with Disabilities; FAR
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era; FAR 52.252-1, Solicitation Provisions Incorporated by
reference (available at http://www. arnet.gov). Delivery orders may be
issued by facsimile. The full text of a solicitation provision may be
accessed electronically at http://www.arnet.gov./far. Quotes are due
May 6, 2000, 2:00 PM, at the Immigration and Naturalization Service;
ATTN: CHERYL ALDRIDGE, 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: cheryl.aldridge@ usdoj.gov. All
responsible sources may submit a quote, which shall be considered by
the agency Posted 05/17/00 (W-SN455686). (0138) Loren Data Corp. http://www.ld.com (SYN# 0041 20000519\J-0008.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|