Loren Data Corp.

'

  
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