Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2001 FBO #0010
PRESOLICITATION NOTICE

28 -- Requirements Contract for Replacement of METCO 601 Plasma Coating on Inner Shrouds of HP Compressor Stator Assemblies, L/P Compressor Stator Assemblies and the H/P Compressor Impeller Spacer Set

Notice Date
12/10/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
DAHA1402R4001
 
Response Due
1/3/2002
 
Archive Date
2/2/2002
 
Point of Contact
Tom Coleman, (785) 274-1211
 
E-Mail Address
Email your questions to USPFO for Kansas
(tom.coleman@ks.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for a 1 year Requirements Type Contract with option for two additional one-year periods for the replacement of damaged METCO 601 Plasma Coating on Inner Shrouds of HP Compressor Stator Assemblies, L/P Compressor Sta tor Assemblies and the H/P Compressor Impeller Spacer Set for the AGT 1500 Turbine Engine. This solicitation is prepared IAW FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solic itation; proposals are being requested and a written solicitation will not be issued. This solicitation DAHA14 02 R 4001 is issued as an RFP. This is a solicitation document and incorporates provisions are those in effect through Federal Acquisition Circul ar 2001-01. NAICS code is 332812. Small business size standard less than 500 employees. An award preference will be given to a small business. This requirement is for the Advance Turbine Engine Army Maintenance (ATEAM), Kansas Army National Guard, Bldg. 14 60, Fort Riley, Kansas. This requirement involves specialized services for the Kansas Army National Guard Advance Turbine Engine Army Maintenance, Fort Riley, KS.The stator vane assemblies? function is to increase the velocity and straighten the flow of ai r, and provide a sealing surface between each stage of the compressor rotors. The impeller spacer function is to provide a seal and wear surface area for the fifth stage H/P compressor centrifugal impeller. This repair is required to maintain proper sealin g surface dimensions for maximum compressor efficiency. Only contractors who are FAA licensed or ISO registered to perform Plasma/Thermal Flame-Spray coatings on like parts, using similar materials, will be considered for performance of specified work. The qualified contractor shall perform the removal, replacement and finish machining of the abradable surface coatings of the parts listed in section 4, as intended and in accordance with the specified DMWR (Depot Maintenance Work Requirement) 9-2835-255-1, D TD 30 June 99, and DMWR 9-3825-255-2 DTD 30 June 99, procedures and paragraphs, as listed, for each part number given in the following paragraphs. The qualified contractor shall also perform repairs to the stator vane assembly airflow surfaces as required IAW DMWR 9-2835-255-1, Appendix D, Paragraphs D-17 and D-5 (Enclosure 2). Alternate and/or procedures using modern technology, differing from the DMWR procedures noted above, may be submitted for approval by the ATEAM and their engineering support contract or. These alternate procedures must provide additional value in cost, quality and/or performance over the recognized DMWR processes. The final product shall meet the dimensional, performance and functional requirements of this specification and the intent of DMWR 9-2835-255. In the event that this specification omits items that are essential to the performance of the stators and spacer sets described herein, it shall be the responsibility of the contractor to identify the items omitted in the specification and to provide such omitted requirements to meet the performance and functional requirements of this specification and DMWR 9-2835-255. The estimated repair quantities of stator and spacer set assemblies, for the KSNG ATEAM FY02 production of 100 engines, is listed here by Army part number; P/N 12302430 ? NSN 2835-01-161-7772 EST. QTY - 95 ea.; 12286149 -NSN 2835-01-073-0751 EST. QTY 68 ea.; P/N 12302480 ? NSN 2835-01-073-0752 EST. QTY. 80 ea.; P/N 12286161 ? NSN 2835-01-074-3791 EST. QTY. 80 ea. ;P/N 12286 257 NSN 2835-01-073-0168 ? EST. QTY. 95 ea.; P/N 12286261, NSN 2835-01-073-0750, EST. QTY. 90 ea.; P/N 12286266, NSN 2835-01-087-1111, EST. QTY. 95 ea.; P/N 12286268, NSN 2835-01-074-3790, EST. QTY. 87 ea.; P/N 12286267, NSN 5365-01-074-0009, EST. QTY. 100 ea.; The ATEAM proposed production schedule is to increase to 151 engines for FY03 and increase annually to 300 engines by FY05. Detailed specification may be founds at: http://55.72.252.32/ebs/advertisedsolicitations.asp. The contractor shall provide with their proposal-documented evidence of their recent successful experience in performing Plasma/Thermal Flame-Spray repairs utilizing similar materials and perf ormed on similar components, and of their current capabilities to perform these required repairs. The contractor must submit unit pricing for the initial contract one-year period and for each of the two options year periods. The Contracting Officer against the initial requirements contract will issue task orders. Evaluation and award will be made on the basis of lowest priced technically acceptable proposal. A technically acceptable proposal is one in which the contractor can clearly show they have substant ial experience with the application of METCO 601 Plasma Spray Coating on similar engine parts applications. All proposals will be evaluated on a go/no go basis. Prospective contractors must provide evidence of their successful prior experience and capabili ty to perform the required work. Provide points of contacts with the firms or agency you have performed these services for in the past five years. The provision at FAR 52.212-3, Offeror Representations and Certifications (5/2001) applies to this acquisitio n. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (5/2001) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Impleme nt Statutes or Executive Orders-Commercial Items (5/2001) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunit y; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232 -33, Mandatory Information for Electronic Funds Transfer Payment (5/1999) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (11/2001), is applicable to this acquisition. Solicitation is unrestricted. For technical questions please contact Scott Brock, (785) 239-8151 or e-mail scott.brock@riley.army.mil offers are due by 2 p.m., 3 January 2002 by e-mail, fax or mail. Mail to the Contracting O fficer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Tom Coleman; or e-mail to: tom.coleman@ks.ngb.army.mil. Simplified Acquisition Procedures will be utilized. See parts plans and specification at http:/ /65.30.10.5/EBS/advertisedsolicitations.asp
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN20011210/00002371-011211095553 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.