Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20, 2000 PSA #2730
SOLICITATIONS

J -- OVERHAUL OR REPAIR OF HELICOPTER INSTRUMENTS

Notice Date
November 16, 2000
Contracting Office
Commander, Attn: Contracts 2.5.1, Bldg 588, Suite 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 9, Patuxent River, MD 20670-1463
ZIP Code
20670-1463
Solicitation Number
N00421-01-R-0015
Response Due
December 18, 2000
Point of Contact
Noelle Reimers (301) 757-2534
E-Mail Address
Click here to contact the contract specialist via (ReimersND@navair.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), 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. PLEASE READ ALL INSTRUCTIONS CAREFULLY AND SUBMIT ALL DATA REQUIRED; OTHERWISE YOU WILL BE CONSIDERED INELIGIBLE FOR AWARD. Solicitation Number N00421-01-R-0015 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular, FAC 97-20 (www.arnet.gov/far). The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD proposes a Firm Fixed Price (FFP) Contract for this procurement. Any changes to the solicitation shall be sent electronically to the Commerce Business Daily as amendments. This combined synopsis/solicitation will be available over the Internet and will reside on the NAVAIR Home Page (www.navair.navy.mil/business/ecommerce). This action is 100% set aside for small businesses. The applicable NAICS is 334511 (small business must have fewer than 750 employees). The contract line item number for the base year is CLIN 0001 and items are: EHU-15A or EHU-15A/A, T.C. Indicator; S6145-61430-2, Fuel Indicator; TRU-31A/A-1, Fuel Flow Transmitter; EFU-15A/A-7, Fuel Flow Indicator; AAU-32/A or AAU-32/A-2, Altimeter, Encoding; ERU-6/A or ERU-6A/A, Gas Gen. Tach; AAU-31/A or AAU-31/A-1, Altimeter; EHU-16A or EHU-16A/A, Oil Temp, Eng/Xmsn; S6147-61050-002, Torque Indicator; 8DJ131LAB1, Triple Tach; 61451-01042-101, Flight Director Indicator; 61451-01039-101, Cruise Guide Indicator; 066-3060-04, Radio Magnetic Indicator. Each additional year will be identified by sequential CLINs (0002 through 0005). THE CONTRACTOR FACILITY SHALL BE AN FAA CERTIFIED REPAIR SHOP AND WILL AFFIRMATIVELY STATE THIS IN THEIR PROPOSAL. The contractor shall meet all of the specific repair or overhaul requirements as outlined in the Technical Publication for each item. Technical Publication numbers for each item are as follows: EHU-15A or EHU-15A/A, NA05-20GE-52 and NA05-20GE-53; S6145-61430-2, T.O.5L6-3-43-3; TRU-31A/A-1, NA05-55A-97 (for model "G"); EFU-15A/A-7, NA05-55A-95 AND NA05-55A-96; AAU-32/A or AAU-32/A-2, NA 05-30-112; ERU-6/A or ERU-6A/A, T.O.5E6-2-36-33 and T.O.5EG-2-36-34; AAU-31/A or AAU-31/A-1, NA 05-30-112 and NA05-30-113; EHU-16A or EHU-16A/A, T.O.5E6-3-34-113 and T.O.5E6-3-34-114; S6147-61050-002, T.O.5E6-6-3-3; 8DJ131LAB1,T.O.5E6-2-41-3 and T.O.5E6-2-41-4; 61451-01042-101, manufacturer's specifications; 61451-01039-101, manufacturer's specifications; 066-3060-04, manufacturer's specifications. The contractor shall deliver repaired or overhauled item(s) within 60 days of receipt of item(s) received for service. Repaired/overhauled items shall be returned with a Service Memorandum which will specify equipment type, part number, serial number, customer complaint/instructions, description of what was found wrong with the equipment, complaint verification, description of service work performed, defective/failed parts replaced, and name and FAA Repairman Certificate Number of person performing the repair/overhaul. The contractor shall deliver repaired/overhauled item(s) along with accompanying Service Memorandum to: HELICOPTER LOGISTICS SUPPORT, ILS GROUP, NAWCAD, BUILDING 2370, CODE: 3.2.1.7A, 22550 PEARY RD, PATUXENT RIVER, MD 20670-1630. Inspection and acceptance shall be made at the destination. The contractor shall furnish a quarterly report to the same address for items repaired/overhauled during that time period listing items inducted, received date, shipped date and cost. FAR 52.212-1 Instructions to Offerors -- Commercial Items (OCT 2000) is incorporated by reference and applies to this acquisition. OFFERORS ARE STRONGLY ENCOURAGED TO REVIEW THE REQUIREMENTS OF THIS PROVISION. The provision at 52.212-2 Evaluation -- Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors. Offerors shall sprovide price quotes for both (A) repair and (B) overhaul prices for each item listed above for a base year and for four twelve-month option periods. In developing your proposals and for evaluation purposes, all offerors will propose based on three overhauls and six repairs for each item over the twelve-month period. These calculations will be used to determine the total evaluation price and the contract ceiling value; however, the government may order any quantity of the items in the contract so long as it does not exceed the ceiling value. The Government does not guarantee these repair/overhaul numbers in execution of the contract. An award shall be made to that responsible offeror submitting a technically acceptable proposal for all (or otherwise largest number) of the 13 item instruments listed above and offering the lowest evaluated price based on the prices submitted on the above government-provided guidelines. The evaluated price will be calculated as the total price for both repair and overhaul prices for the base year and four option years. Price shall be the deciding factor among technically acceptable proposals. To be technically acceptable, the offeror's technical proposal must be evaluated as technically acceptable for each of the requirements listed in this solicitation. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. THEREFORE, IT IS INCUMBENT ON THE OFFEROR TO PROVIDE SUFFICIENT TECHNICAL LITERATURE, DOCUMENTATION, ETC. IN ORDER FOR THE GOVERNMENT TO MAKE AN ADEQUATE TECHNICAL ASSESSMENT OF THE PROPOSAL. The offeror should provide any necessary backup information supporting the price offered; e.g. a copy of current catalog invoices for the same equipment, etc. The Government reserves the right to make additional awards for any items in this solicitation not awarded in a first award. The same methodology used for the first award will be used to make additional awards for all remaining items, if any. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial (OCT 2000) with its proposal (http://farsite.hill.af.mil/vffar1.htm). FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (MAY 1999) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (AUG 2000) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b): 52.219-14, Limitations on Sub-contracting (DEC 1996); 52-222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (FEB 1999); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Handicapped Workers (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52-232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (MAY 1999); 52-222-41, Service Contract Act of 1965, as Amended (MAY 1989) [Subcontracts for certain commercial services may be exempt from coverage if they meet the criteria in PAR 22.1003-4(c) or (d) (see DoD class deviation number 2000-00006]; 52-222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989); 52-222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts)( MAY 1989). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995). DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995) is incorporated by reference, however, for paragraph (b) only the following clauses apply, 252-205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic, 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 following clauses are hereby incorporated by reference: 52.216-18, Ordering (OCT 1995) [para.(a) fill-in: date of award through one year after date of award; however, this period may be extended through the exercise of options...]; 52.216-19, Order Limitations (OCT 1995) [para.(a) fill-in: 1 unit , para (b)(1) fill-in in excess of the total ceiling value of the contract , para (b)(2) fill-in: in excess of the total ceiling value of the contract...]; 52.216-22, Indefinite Quantity (OCT 1995) [para.(d) fill-in: one year after the date of award; however, this period may be extended through the exercise of options ]; 52.217-2, Cancellation Under Multi-Year Contracts (OCT 1997); 52-217-5, Evaluation of Options (JUL 1990); 52-217-7, Option for Increased Quantity Separately Priced Line Item (MAR 1989) (fill-in: 15 days prior to the completion of the current option/base period ); 52-217-8, Option to Extend Services (NOV 1999) (fill-in: ; 52.217-9, Option to Extend the Term of the Contract (MAR 2000) [para.(a) fill-in: 60 days , para (c) fill-in: 5 years ]; 52-246-2, Inspection of Supplies Fixed Price (AUG 1996); 52-246-16, Responsibility for Supplies (APR 1984); 252-246-7000, Material Inspection and Receiving Report (DEC 1991); and 5252-246-9512, Inspection and Acceptance (Destination) (MAR 1999) (NAVAIR). WARRANTY -- The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale, not to be shorter than one year or 180 days from date of installation, whichever occurs first. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in CLIN 0001. This is a DX rated contract (DX A-1). Offers are due to Noelle Reimers, Contract Specialist, Contracts Competency, Code 251612, NAVAIRSYSCOMHQ, Bldg. 515, 47227 Whalen Road, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-1706, by 2:30 P.M. Eastern Standard Time December 18, 2000. Facsimile and electronic proposal submissions are acceptable. Offerors may email proposals to ReimersND@navair.navy.mil or fax to (301) 757-2526 to the attention of Noelle Reimers. All responsible sources may submit a proposal which shall be considered by the agency. For information regarding this solicitation contract Noelle Reimers Code 251612 (301) 757- 2534. For copies of FAR provision 52.212-3, fax your request to Noelle Reimers, (301) 757-2526.
Record
Loren Data Corp. 20001120/JSOL010.HTM (W-321 SN5068P9)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on November 16, 2000 by Loren Data Corp. -- info@ld.com