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 -- Reclamation of Compressor Housings and Replacement of the METCO 601 plasma spray coatings of the HP and LP compressor housings of the AGT 1500 Gas Turbine Engine

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
DAHA1402R4002
 
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 Reclamation of Compressor Housings and Replacement of the METCO 601 plasma spray coatings of the HP and LP compressor h ousings of the AGT Gas Turbine Engine prepared IAW 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. This solicitation DAHA14 02 R 4002 is issued as an RFP. This is a solicitation document and incorporates provisions are those in effect through Federal Acquisition Circular 2001-01. NAICS code is 332812. Small business size standard less than 5 00 employees. An award preference will be given to a small business. This requirement is for the Advance Turbine Engine Army Maintenance Team, Kansas Army National Guard, Bldg. 1460, Fort Riley, Kansas. This requirement involves specialized services for th e Kansas Army National Guard Advance Turbine Engine Army Maintenance (ATEAM). Work involves the reclamation of the Low Pressure and High Pressure Compressor Housing. Description/Specifications/Work Statement: Repair the H/P (High Pressure) and L/P (Low Pre ssure) Compressor housing assemblies of the AGT-1500 Gas Turbine Engine. This repair is required to maintain proper blade tip clearance and sealing surface dimensions for maximum compressor efficiency. Only contractors who are FAA licensed or ISO registere d to perform Plasma/Thermal Flame-Spray coatings on like parts, using similar materials, will be considered for performance of specified work. The selected qualified contractor will be required to perform the removal, replacement and finish machining of th e abradable surface coatings of the upper and lower case half assemblies P/N 12286314 HP compressor case housing, and the P/N 12302366 LP compressor case housing. The reclamation shall be performed as intended in the specified DMWR (Depot Maintenance Work Requirements) 9-2835-255-1, DTD 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. Complete specification and standards are available at http://55.72.252.32/ebs/ad vertisedsolicitations.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 performed on similar components, and of t heir 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 will issue task orders against the initial r equirements contract. The contractor shall provide the first repaired items to the KSNG ATEAM for first article acceptance evaluation prior to continuing with repairs. The ATEAM will provide results of the evaluation to the contractor within 10 working day s following receipt of the repaired compressor case housings by the ATEAM. The KSNG ATEAM reserves the right to test all reclaimed compressor case housings for performance and functional acceptability IAW DMWR 9-2835-255. The KSNG ATEAM reserves the right to audit the repair procedure/procedures performed, IAW with the specification requirements. The contractor shall furnish a copy of their process instructions and record of their repair process. Evaluation and award will be made on the basis of lowest pric ed technically acceptable proposal. A technically acceptable proposal is one in which the contractor can clearly show they have substantial experience with the application of METCO 601 Plasma Spray Coating on similar engine parts applications. Provide poin ts of contacts with the firms or agency you have performed these services for in the past five years. All proposals will be evaluated on a go/no go basis. Prosp ective contractors must provide evidence of their prior experience and capability to perform the required work. The provision at FAR 52.212-3, Offeror Representations and Certifications (5/2001) applies to this acquisition. 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 Implement Statutes or Executive Orders-Com mercial 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 Opportunity; 52.222-35, Affirmative Action fo r 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 Elec tronic 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. Sol icitation 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 Officer, USPFO for Kansas, 2737 S. K ansas 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/advertisedsolicit ations.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
SN20011210/00002372-011211095554 (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.