Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
MODIFICATION

16 -- Anti Icing Test Stand for P&W J52 Engines

Notice Date
1/22/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, JACKSONVILLE NAVAL AVIATION DEPOT, 6206 Avaiation Avenue, Jacksonville, FL, 32212
 
ZIP Code
32212
 
Solicitation Number
Reference-Number-N65886-03-P5-AC064
 
Response Due
2/10/2003
 
Point of Contact
Jennifer Reeder, Contract Specialist, Phone (904) 317-1987, Fax (904) 317-1991,
 
E-Mail Address
ReederJL2@navair.navy.mil
 
Description
CONTINUATION OF SOLICITATION NO. N65886-03-P5-AC064 Services. The vendor shall provide the following services. Preservation/ Packaging/ Shipping Requirements. The contractor shall preserve, package and ship all equipment to the NADEP in Jacksonville, Florida using best commercial practices. Site Planning Support. The new test stand will occupy the same general site as the existing test stand. The contractor shall conduct a site survey to evaluate the existing site for the capability to support the installation, operation, and maintenance of the new test stand. The contractor shall coordinate with the NADEP on test stand removal/installation in order for NADEP personnel to remove Building 795 wall panels for test stand access. Test stand installation shall meet all applicable EPA regulations. Removal and Preservation of Existing Test Stand.. The contractor shall remove and properly preserve the existing J52 Fuel Heater/Anti-Icing Test Stand at the NADEP. The existing test stand shall be removed immediately prior to installation of the new test stand to minimize downtime and the potential for the NADEP to experience work stoppage in J52 engine production due to nonavailability of a fuel heater/anti-icing test stand. The contractor shall move the preserved stand to Building 277 at the NADEP. Acceptance Testing. Acceptance tests will be conducted in accordance with the approved test plan. The contractor shall provide the NADEP at least fifteen (15) days written notice (e-mail acceptable) of when the test stand will be ready for factory testing, in order to afford the NADEP the option of being present during testing. Final acceptance testing will take place at the NADEP in Jacksonville, FL. Final acceptance will be based on reported test results submitted from the final acceptance testing. Training and Training Support. The contractor shall develop and deliver initial training for complete operation, maintenance and repair of the test stand. The contractor will perform training of NADEP personnel at the NADEP in Jacksonville, FL concurrent with or immediately following final acceptance testing of the stand. NADEP personnel to be trained consist of two operators and four maintenance/repair personnel (electronics, pipe fitters and calibration personnel). Validation of Test Stands and Manuals. All servicing, maintenance, repair, operation and calibration procedures in manuals shall be verified by a contractor/ Government team. Manual validation shall be done immediately following or concurrent with acceptance testing. Test Stand Correlation. The contractor shall correlate test stand readings between the new test stand and the NADEP?s existing test stand. Correlation shall take place after installation of the test stand, during final acceptance testing. Preliminary Design Review (PDR). The contractor shall participate in a PDR conference for a technical review of the test stand design and installation plans to ensure the operational, maintenance, safety and logistics requirements of the program are met. The PDR is the primary vehicle for project review and planning. The PDR conference will be scheduled and hosted by the NADEP. Copies of any installation drawings made by the contractor for test stand installation shall be provided to the Government two weeks prior to the PDR. Warranty. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. 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 deliverables listed in the schedule. Deliverables. The contractor shall deliver the following information and data to the Government. The contractor is responsible for any changes to deliverables required for Government acceptance. Drawings and Associated Lists. Drawings shall be in contractor format and provide all engineering and design disclosure information to support installation, preparation for use, calibration, operation, fault isolation, repair and maintenance of the test stand. The information shall, at a minimum, consist of: test stand operational and maintenance space required, facility service hookup locations, test stand interior layout, wiring/piping schematics, troubleshooting trees, parts list and overall dimensions of the test stand. Government Furnished Equipment (GFE). The NADEP will provide one of each type UUT (one (1) fuel heater assembly, one (1) fuel heater connector, and one (1) speed governor) to the contractor for correlation and to support acceptance testing (factory and final). The contractor shall submit a request for these UUTs in writing (e-mail acceptable) to the Government at least 15 days in advance of when these UUTs are required. Such request shall include a shipping address, contractor point of contact, and telephone number. The contractor shall return these UUTs to the Government in the same condition as provided. The contractor shall not be responsible for delays due to nonavailability of these UUTs. Technical Manuals. The contractor shall provide two (2) complete sets of technical manuals. The manuals shall provide detailed instructions to operate, maintain, calibrate, troubleshoot and repair the test stand. Repair manuals shall include an Illustrated Parts Breakdown and parts list. Parts list shall provide information on vendor supply sources to include part number, nomenclature, manufacturer?s CAGE code (if applicable), manufacturer?s address and phone number. The product support data shall include, as a minimum, the following: Test Stand Description. Shall include a digital color photograph of the test stand, physical and functional (purpose) description, and shall provide leading particulars such as facility services required, operating parameters, and safety features. Preparation for Use and Storage. Shall include packing, preservation, service connection, initial adjustment, calibration requirements, and flushing procedure. Maintenance. Shall include all operational checkouts, inspection, preventive maintenance, troubleshooting, service, repair and testing. Calibration Requirements. A complete description of all calibration equipment, standards, tolerances and procedures that are required in order to initially adjust and calibrate the test stand, and the frequency of calibration required to maintain the test stand within specified limits of accuracy is required. Acceptance Test Plan. An acceptance test plan, in contractor format, no later than 30 days prior to acceptance test, for Government approval is required. Acceptance Test Report. Upon successful completion of acceptance testing, the contractor shall submit an acceptance test report no later than 30 days after successful completion of test. Technical capability of the proposed test stand to meet the Government requirements will be determined solely on the content and merit of the information submitted in the proposal. Therefore, it is imperative that each offeror provides sufficient technical documentation, specifications, etc. in order for the Government to perform an adequate technical assessment. Product sales literature such as bulletins and specification sheets typically do not provide sufficient information for an adequate assessment. In addition, a statement that the proposed test stand will operate per the Government?s specification will not suffice without a description of how the proposed test stand capabilities, features, and general design will meet the Government?s design requirements as specified in this RFP. Due to the critical importance of the test stand to Depot operations, only contractors with strong past performance in design, manufacturing, and installation of test stands are encouraged to respond. In addition, this requirement is time sensitive and all proposals should emphasize the ability of the contractor to rapidly design, manufacture, install, and acceptance test a new test stand within the shortest timeframe possible, thereby minimizing the potential for the NADEP to experience work stoppage in J52 engine production due to downtime during removal of the existing test stand and installation of the new test stand, or downtime as a result of maintenance or catastrophic failure of the existing test stand. The Government requires delivery of the test stand to be made no later than one hundred forty (140) days after date of contract. Installation shall follow immediately thereafter and be completed no later than one hundred seventy (170) days after date of contract. Acceptance testing of the test stand and training of NADEP operation, maintenance and repair personnel shall follow after installation and be completed no later than one hundred eighty (180) days after date of contract. The contractor shall deliver to: UIC N65886, Naval Air Depot, Building 1449, Naval Air Station, Jacksonville, FL 32212-0016. Inspection and acceptance shall be at destination, FOB destination. The Government will not pay for any information received. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In making its award determination, the Government will first determine whether an offeror's proposal satisfies the Government's technical requirements as contained in this RFP. If an offeror's proposal is determined to be technically unacceptable, the proposal will be rejected and not considered for award. Once the technical acceptability determinations are completed, all offerors' proposals with a test stand determined to meet the Government's technical requirements will be evaluated considering the following factors, listed in descending order of importance: Time of Delivery/Installation/Acceptance Testing/Training Past Performance Price Time of Delivery/Installation/Acceptance Testing/Training and Past Performance, when combined, are significantly more important than Price. Furthermore, time is of the essence and Time of Delivery/Installation/Acceptance Testing/Training, individually, is more important than either Past Performance or Price. Delivery, installation and acceptance testing of the new fuel heater test stand and the training of NADEP personnel to operate, maintain and repair the new test stand are critical to ensuring continued J52 engine production capability at the NADEP. As such, proposals that contain an accelerated delivery schedule for the test stand with delivery sooner than the required one hundred forty (140) days after date of contract, installation sooner than the required one hundred seventy (170) days after date of contract, and acceptance testing and training of NADEP personnel sooner than the required one hundred eighty (180) days after date of contract will receive a more favorable evaluation under the Time of Delivery/Installation/Acceptance Testing/Training factor. For the Past Performance factor, the offeror shall describe its past performance on similar or related contracts it has held within the last five (5) years which are similar to the requirements in this RFP or affirmatively state that it possesses no relevant related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of this RFP. The offeror should provide the following information regarding its past performance: 1. Contract Number(s), 2. Name and phone number of a point of contact at the federal, state, local government or commercial entity for which the contract was performed, 3. Dollar value of the contract, 4. Detailed description of the work performed, 5. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor, and 6. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. If an offeror's proposal is determined to be unacceptable in either the Time of Delivery/Installation/Acceptance Testing/Training factor or the Past Performance factor, the proposal will be rejected and not considered for award. The Government reserves the right to award the contract to other than the lowest priced offeror. The following FAR clauses are incorporated by reference and apply to this acquisition: 52.212-1, Instructions to Offerors- Commercial Items (Oct 2000); 52.212-4, Contract Terms and Conditions - Commercial Items (Feb. 2002); 52.233-3, Protest After Award (Aug 1996); and 52.244-6, Subcontracts for Commercial Items (May 2002). The offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (July 2002), with its proposal. FAR 52.211-11, Liquidated Damages ? Supplies, Services, or Research and Development (Sept 2000), is incorporated by reference and applies to this acquisition and the applicable amount of liquidated damages in paragraph (a) to be paid to the Government per calendar day of delay is two hundred dollars ($200.00). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2002), is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept. 2002); 52.222-21, Prohibition of Segregated Facilities (Feb. 1999); 52.222-26, Equal Opportunity (April 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec. 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec. 2001); 52.225-13, Restrictions on Certain Foreign Purchases (July 2000); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); and 52.247-64, Preference for Privately Owned U.S.- Flag Commercial Vessels (June 2000). FAR 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997), is incorporated by reference, however, paragraph (d) is changed with respect to the fact that Material Safety Data Sheets may be submitted at any time up to delivery of the Technical Manuals and need not be submitted prior to contract award. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec. 2002), is incorporated, however, for paragraph (a) only the following clauses apply to this acquisition: 252.225-7012, Preference for Certain Domestic Commodities (Apr. 2002); and 252.225-7036, Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program (Mar 1998). DFARS 252.204-7004, Required Central Contractor Registration (Nov. 2001) is incorporated by reference and applies to this acquisition. This RFP is rated DO-A1 under the Defense Priorities and Allocations System (DPAS). Proposals are due by 3:00 PM EST, February 10, 2003 to Naval Air Depot Jacksonville, Contracts Management Office (Code 6.1.7), Naval Air Station, Jacksonville, FL 32212-0016, ATTN: Jennifer Reeder. For information regarding this solicitation contact Jennifer Reeder via phone (904) 317-1987, fax (904) 317-1991, or e-mail REEDERJL2@NAVAIR.NAVY.MIL. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JAN-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 07-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N65886/Reference-Number-N65886-03-P5-AC064/listing.html)
 
Place of Performance
Address: Naval Air Depot Naval Air Station Jacksonville, FL
Zip Code: 32212-0016
Country: USA
 
Record
SN00297987-F 20030409/030407221853 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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.