Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2003 FBO #0532
SOLICITATION NOTICE

J -- OVERHAUL ROTARY PUMP ASSEMBLY, NSN 2940-01-074-3488, P/N 12286924

Notice Date
5/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
DAHA1403R4007
 
Response Due
6/10/2003
 
Archive Date
8/9/2003
 
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
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items 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 b eing requested and a written solicitation will not be issued. The USPFO for Kansas requires a 1 year Requirements Type Contract with option for two additional one-year periods in support of the Kansas Army National Guard (KSARNG) - Advance Turbine Engine A rmy Maintenance Team (ATEAM). Work involves overhaul Rotary Pump Assemblies NSN 2940-01-074-3488, P/N 12286924 manufactured by, Romec Division of Lear Siegler Corp. This solicitation DAHA14 03 R 4007 is issued as an RFP. This is a solicitation document a nd incorporates provisions are those in effect through Federal Acquisition Circular 2001-13. NAICS code is 811 Repair and Maintenance. This requirement is for the Advance Turbine Engine Army Maintenance (ATEAM), Kansas Army National Guard, Bldg. 1460, Fort Riley, Kansas 66442. The KSARNG ATEAM requires a overhauled product that can perform and compliment, with out exception, the 60-month/1000-hour engine warranty that we provide to our customers. The rotary pump assembly is a five element, rotary gear pump mechanically driven by the Accessory Gear Box of the AGT-1500 turbine engine. The rotary pump assembly supplies lubrication oil, at specific pressure and flow, to various lubrication points. See, Introduction and General Information for a detailed descript ion of operation and specifications. Please go to: www.ngks.net The contractor who??????s proposal is deemed to be the lowest priced technically acceptable proposal received in response to this solicitation shall be awarded an initial contract for 5 first article units. The selected contractor shall perform the required overhauls on 5 units. When completed, these units shall be submitted to the ATEAM for evaluation and acceptance of performance, prior to the award of a requirements type contract. Overhaulab le assets to be supplied by the ATEAM to the contractor. All oil pumps must be overhauled IAW Depot Maintenance Work Requirement DMWR 9-2940-200, Dated 4 FEB 1993,All parts used in overhaul must be from a approved source of TACOM Warren MI 48397-5000 and I AW Direct Support and General Support Maintenance Repair Parts and Special Tools List TM 9-2835-255-34P. Overhauls quoted and purchased utilizing simplified acquisition procedures. All interested and eligible contractor/vendors that feel they can perform t he required work must either submit a certification they have recently inspected the condition of the repairable oil pumps or requested and paid for shipment of a repairable oil pump in order to perform a condition inspection prior to submitting a proposal . After completion of condition inspection, pumps shall be returned to the Government (ATEAM) shipping prepaid. Contractor??????s may request the Depot Maintenance Work Requirement DMWR 9-2940-200, Dated 4 FEB 1993, and the Direct Support and General Su pport Maintenance Repair Parts and Special Tools List TM 9-2835-255-34P through; Commander, Tank-automotive and Armaments Command, ATTN: AMSTA-IM-OPIT, Warren MI 48397-5000. Currently the KSARNG ATEAM has 40 reparable assets available. The ATEAM production requirement is estimated to be 100 units for 2003 and increasing annually to 200 units in 2005. The ATEAM requires that the overhauled units be provide in monthly quantities of 13 units per/month. All pricing shall be FOB Destination Fort Riley, KS. Inte rested parties requiring any additional information should contact; Mr. Nels Espeseth, KSARNG-ATEAM, Quality Assurance Technical Coordinator, 741 Ray Road, Fort Riley, KS 66442, COMM. (785) 239-8094, FAX (785) 239-8130. Interested contractors shall provid e with their proposal-documented evidence of their recent successful experience in overhaul of oil pump assemblies utilizing similar materials and performed on similar components, and of their current capabilities to perform these required overhauls. The contractor must submit with their proposal acknowledgement that they are fully aware of the condition of the repairable oil pump assemblies. The contractor must submit unit pricing for the initial contract for 5 units, for the initial one-year period and for each of the two options year periods. The Contracting Officer will issue task orders against the initial requirements contract. Evaluation and award will be m ade on the basis of lowest priced technically acceptable proposal. A technically acceptable proposal in one in which the contractor can clearly show that he has substantial experience with the overhaul of oil rotary pump assemblies. Prospective contractors must provide evidence of their successful prior experience and capability to perform the required work. Provide points of contacts with the firms or agency you have performed these services for in the prior five years. The provision at FAR 52.212-3, Offer or Representations and Certifications (5/2002) 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 (2/2002) applies. to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (5/2002) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontrac tor Sales to the Government, with Alternate I; 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; 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 Im plement Statutes to Defense Acquisition of Commercial Items (11/2001), is applicable to this acquisition. Solicitation is unrestricted. For technical questions please contact Mr. Nels Espeseth, (785) 239-8156 or e-mail nels.espeseth@riley.army.mil offers a re due by 4 p.m., 10 June 2003 by e-mail, fax or mail. Mail to the Contracting Officer, 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 Acqu isition Procedures will be utilized.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00323197-W 20030515/030513213627 (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  © 1994-2020, Loren Data Corp.