COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8,2000 PSA#2659 USPFO for Missouri, Purchasing and Contracting, 7101 Military Circle,
Jefferson City, MO 65101-1200 16 -- AIRCRAFT T-53 PARTS, PROCEDURES, SPECIAL TOOLS, MAINTENANCE
MANUALS SOL DAHA23-00-R-0008 DUE 091500 POC MAJ Paula Dayringer, (573)
638-9627 E-MAIL: Contracting Officer, paula.dayringer@mo.ngb.army.mil.
This is 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; quotes are being requested and a
written solicitation will not be issued. Solicitation number
DAHA23-00-R-0008 is issued as a Request for Proposals (RFP). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 19. This solicitation is
issued unrestricted. The intended awardee of this contract is Honeywell
International, Incorporated, located in Tempe, AZ because the Air
Worthiness Release issued by Army Aviation and Missile Command
authorizes only Original Equipment Manufacturer parts and procedures be
used. There is an existing Basic Ordering Agreement in place with
Honeywell through which this contract is intended to be awarded. All
Terms and Conditions of the BOA apply. Phase I: Offeror will submit for
approval a firm fixed price quote to the contracting officer for
USPFO-MO for compiling the estimate for all five engines. Upon approval
of the firm fixed price quote by the Contracting Officer of USPFO-MO,
Offeror will proceed with phase II after notification by the
contracting officer the government has accepted the bid. Phase II:
Before proceeding with any work, Offeror will submit for approval
separate firm fixed price quotes to the contracting officer by engine
serial number for the following: Offeror's proposal will include an
overhaul of each of the T53 engines to a fully modernized configuration
including fuel control and power turbine overhaul, new 1st GP Rotor,
Impeller, N2 Carrier Assembly, Reduction Gears and Bearings, and new
FSP's T-53 R&O training of Missouri Aviation Classification Repair
Activity Depot (AVCRAD) personnel at their facility, issuance of T53
technical R&O manuals to the AVCRAD, and the periodic services of a
Field Service Engineer at the AVCRAD facility. Offeror will: 1. Provide
complete parts kit, to include common hardware and consumables, for the
buildup of engines to commercial overhaul standards. 2. Provide
Warranty to commercial standards. 3. Establish Time Before Overhaul
(TBO) to commercial standards. 4. Provide packaging and shipping of
engines to MO-AVCRAD. 5. Provide packaging and shipping to MO-AVCRAD of
items identified in Phase II 1. above. 6. Provide technical oversight
at the Missouri Aviation Classification Repair Activity Depot (AVCRAD)
site as deemed necessary by Offeror to insure commercial overhaul
standards are achieved during assembly of engines at the MO-AVCRAD.
This procedure will also insure that MO-AVCRAD is capable of performing
future maintenance to commercial standards as required on these five
engines. A firm fixed price for the following should reflect a one-time
cost without regard to the number of engines repaired. 1. Provide one
each set of maintenance manuals with all current service bulletins and
future service bulletins for up through depot level maintenance to the
MO-AVCRAD as long as the engines are in use by the military. 2. Provide
one each set of maintenance/user manuals with all current service
bulletins and future service bulletins to the user unit as long as the
engines are in use by the military. 3. Provide special tools and/or
fixtures (not currently on hand at MO-AVCRAD) that will be required for
MO-AVCRAD to assemble engines In Accordance With (IAW) commercial
overhaul procedures. The MO-AVCRAD will retain possession of these
special tools and/or fixtures upon completion of the contract. Other
parts and or services deemed necessary by Offeror should be priced by
engine or as a one-time cost as applicable. Offeror is responsible to
ensure the provisions of this statement of work are inclusive of all
requirements to repair the T-53 engines in the most efficient and cost
effective manner and should recommend changes as necessary to meet
this responsibility. All parts, maintenance and services must comply
with the AirworthinessRelease (AWR) issued by Aviation and Missile
Command dated 15 Oct 99 for these five engines, serial numbers --
LE-18691, LE-23099, LE-16903R, LE-15667R and LE-14140BR. The USPFO-MO
will reserve the right to accept quotes by individual engine or in the
event all quotes are refused by the USPFO-MO, the cost incurred will
be no more than that agreed to in Phase I above. Offeror must be able
to provide the parts, procedures, special tools, maintenance manuals
and technical oversight of the Original Equipment Manufacturer of the
T-53 Engine. It is anticipated that award will be made via an existing
Basic Ordering Agreement. Engines are currently located at Honeywell
International, Incorporated, 1300 West Warner Road, Tempe, AZ 85284 .
Offeror should include in their proposal any costs associated with
transportation of the engines from and back to their current location.
Offeror must agree to pick up engines and provide tear down quote for
repair and technical oversight services within five working days of
the governments acceptance of proposal. The provision at 52.212-1,
Instructions to Offerors Commercial, applies to this acquisition.
52.212-2, Specific evaluation criteria is a) that the offeror provide
only OEM parts and procedures (no substitutions), b) that the offeror
provide the best value to the government and the lowest technically
acceptable price. Offerors will include a completed copy of their
Representations and Certifications Commercial Items IAW FAR 52.212-3,
with its offer. FAR 52.212-4, Contract Terms and Conditions Commercial
Items, applies to this acquisition. Other applicable FAR clauses
include: 52212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Commercial Items. Offers are due 15
September 2000 at 12:00 p.m. Central Standard Time to the United States
Property and Fiscal Office Missouri, ATTN: MAJ Paula Dayringer, 7101
Military Circle, Jefferson City, MO 65101. POC is MAJ Dayringer at
573-638-9627 8:00 a.m. CST to 4:30 p.m. CST. Posted 08/04/00
(W-SN482736). (0217) Loren Data Corp. http://www.ld.com (SYN# 0179 20000808\16-0005.SOL)
| 16 - Aircraft Components and Accessories Index
|
Issue Index |
Created on August 5, 2000 by Loren Data Corp. --
info@ld.com
|
|
|