Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604

U.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