Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660

U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee Blvd., Fort Eustis, VA 23604-5577

15 -- FUSELAGE SHELLS SOL USZA95-00-R-0032 DUE 082100 POC Laura Harris, Contract Specialist, (757) 878-5223 Ext: 247 or Sherrie H. Carmona, Contracting Officer, (757) 878-5223 Ext: 242 E-MAIL: scarmona@tapo.eustis.army.mil, lharris@tapo.eustis.army.mil. This is a COMBINED SYNOPSIS/SOLICITATION for commercial item(s) 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; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Proposal (RFP). The solicitation number is USZA95-00-R-0032. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-18. The Standard Industry Code (SIC) is 3721. Size Standard: 1500. The Government intends to procure for two (2) each MDI NEW OR USED 500D, 500E OR 530FF Fuselage Shell(s) through FULL AND OPEN COMPETITION. The required delivery for a quality used shell is from 30 to 60 days after receipt of order and the required delivery for a new shell is 4 to 6 months after receipt of order. A Firm Fixed Price (FFP) type contract is contemplated. The used shell(s) may come from an existing aircraft; however, the dynamic (driveline) components must be removed and shall not be part of this purchase. The shell(s) must consist of the following structural areas: (a) turtleback, (b) tailboom fairing, (c) engine inlet, (d) main fuselage structure, and (e) doghouse. The fuselage must not have been subjected to any crash. The government reserves the right to conduct an on-site inspection and evaluation of the shells either during the proposal process or prior to delivery. Aircraft records must be made available for review during the on-site inspection. The contractor shall package the shell for shipment by truck, so that it arrives at the required destination in the same condition it was at the time of evaluation or inspection by the Government. The shells shall be delivered one month beginning 30 days After Receipt of Order (ARO). The delivery of the shell(s) shall be shipped to: DODDAC: H92227; Raytheon E-Systems, Door 12, 5749 Briar Hill Road, Lexington, KY 40512. The contractorshall only deliver shell(s) that have been evaluated by the government. Inspection/Acceptance: Origin. FOB: Destination. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items will be used. The specific evaluation criteria to be included in paragraph (a) of this provision is as follows: FUSELAGE SHELL EVALUATION: The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantages to the government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: (1) Age, (2) Flight Hours, (3) Condition, (4) Configuration and (5) Price. Condition is more important than either the age and flight hours of the fuselage shell, which are of equal importance followed by the configuration. The least important is price. The government reserves the right to award to other than the lowest priced offeror. TECHNICAL EVALUATION: Technical criteria may receive a rating higher than Good. Available ratings are identified as follows: RATING: Unacceptable = As evaluated, the Offer does not demonstrate compliance with the minimum specification. Good = As evaluated, the offer demonstrates compliance with the minimum specification set forth within the solicitation or falls within what has been determined to be the minimum "range" of acceptability.; Superior = As evaluated, the offer demonstrates compliance within the mid-range of performance determined for the technical criteria.; and Exceptional = As evaluated, the offer demonstrates compliance within the optimum range of performance determined for the technical criteria. SPECIAL RANGES: 1. Condition may range from $0 to $50,000. This area takes into consideration the overall condition of the shell. The evaluation will take into consideration the following areas: corrosion, structural soundness, and sheet metal condition. This area will provide the Government an approximate cost of "repair" in bringing the shell into flyable condition. The Government reserves the right to disqualify any shell from consideration based on the Government's estimate to repair costs. RATING: Unacceptable = >$50,000; Good = >$30,000 to $50,000; Superior = >$10,000 to $30,000 and Exceptional = $0 to $10,000. 2. Age may range from 0 years old to >25 years. (Note: Convert months to decimal equivalents.) RATING: Unacceptable = >25 years; Good = >15 to 25 years; Superior = >5 to 15 years and Exceptional = 0 to 5 years. 3. Flight hours may range from 0 hours to >2000 hours. RATING: Unacceptable = >2000 hours; Good = >1000 to 2000 hours; Superior = >500 to 1000 hours and Exceptional = 0 to 500 hours. 4. Configuration may range from $0 to $60,000. This area will establish a rating on the plus and minus features of the shell that exceeds the minimum specified. (Note: No ratings will be given for any dynamic component installed on the shell.) The following examples illustrate the Government's approach: (a) The 500D (or 500E) is configured with a Rolls Royce Allison 250-C20B engine. The 530FF is configured with a RRA 250-C30(H) engine. If the shell has C20B engine mounts, a "negative" rating will be applied, whereas, a "positive" rating will be applied for a shell which has C30 engine mounts. The plus or minus rating will equate to the costs associated with procuring and installing the necessary parts. (b) The 500D is configured with a round nose. The 500E and 530FF are configured with a "pointed" nose. The round nose will receive a "positive" rating whereas the "pointed" nose will receive a "negative" rating. RATING: Unacceptable = $0; Good = >$0 to $30,000; Superior = >$30,000 to $60,000 and Exceptional = >$60,000. 5. Price Evaluation price evaluation, which is significantly less important than technical, will be evaluated for price reasonableness and relative value compared to other factors. Offeror(s) are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Commercial Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the following additional FAR clauses cited in this clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with ALT I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-36, Payment by Third Party; and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Additional contract requirement(s) or terms and conditions are as follows: 252.204-7004, Required Central Contractor Registration; Offeror(s) are advised to include a completed copy of the provision at 252.212-7000 Offeror Representations and Certifications Commercial Items; the clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following additional DFARS clauses cited in this clause are applicable to this acquisition: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014 ALT 1, Preference for Domestic Specialty Metals; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The Defense Priorities and Allocations System (DPAS) and assigned rating is DOA1. Offers are due 21 August 2000, Not Later Than (NLT) 3:00 p.m. local time at U.S. Army Special Operations Command, Technology Applications Contracting Office, Attn: Laura E. Harris/AMSAM-TASO-K, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577, telephone (757) 878-5223 Ext: 247. Any award resulting from this Request for Proposal (RFP) will be issued on a SF 1449A and will contain all clauses required by Law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Supplement (DFARS) as appropriate for the dollar value of the award. Proposal(s) shall provide the following information representations, and certifications: 1. FOB Point if other than destination. 2. Quotation is firm for 90 days unless otherwise stated. 3. Furnished Vendor Part Number(s) if other than listed with each item. 4. Points of shipment, performance, preservation, packaging and marking. 5. Remittance address. 6. Taxpayer Identification Number (TIN) per FAR 52.204-3, 7. Data Universal Numbering System (DUNS) Number per FAR 52.204-6. 8. Offeror's recommended economic purchase quantity, unit price, total amount per FAR 52.207-4 Economic Purchase Quantity Supplies. 9. FAR 52.219-1 Small Business Program Representations. Proposals may be submitted in contractor format. Be sure to include company name, address, telephone number, and reference the solicitation number. The proposed contract action is for supplies/services suitable for competitive acquisition. Posted 08/07/00 (W-SN483254). (0220)

Loren Data Corp. http://www.ld.com (SYN# 0229 20000809\15-0009.SOL)

15 - Aircraft and Airframe Structural Components Index  |  Issue Index |


Created on August 7, 2000 by Loren Data Corp. -- info@ld.com