Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
MODIFICATION

66 -- Engine Health Monitoring System/SEMEDX; F110 Engine

Notice Date
4/7/2004
 
Notice Type
Modification
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8104-04-Q-0152
 
Response Due
4/20/2004
 
Archive Date
9/30/2004
 
Point of Contact
Christy Slayton, Contract+Negotiator, Phone 405-739-4353, Fax 405-739-5493,
 
E-Mail Address
christy.slayton@tinker.af.mil
 
Description
Amendment 0002 FA8104-04-Q-0152 The purpose of this amendment is to add Attachment 1, describing the requirement more accurately. In addition to the information already included in the original combined synopsis/solicitation and amendment 0001, the following items are added/clarified for the contractors review and consideration. All of these items are part of line item 0001. The Government’s intention is to purchase approximately 8 (current BEQ) SEM/EDX machines with the following services, items, package and warranty included. The closing date of subject solicitation is hereby extended from 20 April 04 to 27 April 2004 at 4:00p.m. (CST). ATTACHMENT 1 1. Installation and Training for the Engine Health Monitoring Systems: INSTALLATION. The contractor shall provide installation of scanning system in operational environment as required. Activation of system includes any and all effort required to bring system into service. This includes, but is not limited to loading, reloading, and downloading operational software as well as verification of system performance. OPERATING TRAINING. The contractor shall provide operator training either on site in the operational environment or at the nearest facility with available equipment. TRAINING REQUIREMENTS. Operator training will be conducted for a period agreed to by the contractor and government for optimal training. Requirements may vary dependent on prior knowledge of the students. The contractor shall provide study material, operator/user’s manual, and operating procedures for each student. Upon satisfactory completion of the course, the contractor shall provide each graduate with a certificate of completion. Graduates should be certified as independent equipment operators and must be able to perform casual repair/maintenance. 2. One Year Warranty and Service: SERVICE AND WARRANTY The contractor will provide an initial twelve (12) month manufacturer’s warranty, along with customer support. Contractor will provide three areas of support under the warranty. 1. The first area of support involves the user or customer communicating their problem to a contractor support center. The center will attempt to guide user towards resolution of the problem. 2. The second area of support shall be employed if the first area of support does not resolve the problem. This support is to provide a modem link to the contractor support center for remote diagnostics of fielded machine. Contractor should be able to correct software or system set-up problems as well as assess engine database issues, check system calibration and provide system updates. 3. The third area of support shall be employed if problem resolution is still not achieved. This includes a contractor repair technician to perform diagnostics and repairs at the operational location. 3. Level A Spares Package This package will vary in content, depending on the specific machine purchased. This kit is a group of spare parts and consumables, including a printer, that are required to accompany any new SEM/EDX system. The items included are meant to keep the system up and running w/o having to wait for a service engineer to order them. All items can be replaced by the NDI operator, probably with over-the-phone assistance from a HELP Desk. 4. One Uninterruptible Power Supply Solicitation Number FA8104-04-Q-0152 This solicitation is issued as a request for quote. Quotes due 20 April 2004 at 4:00 p.m. 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 being requested and a written solicitation will not be issued. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-21, and Class Deviation 2003-o0003. NAICS Code: 336412 Size Standard: 1,000 This solicitation is issued pursuant to the small business competitiveness demonstration program. NSN: 6650-01-486-7221PR P/N: 762850 OR NSN: 6650-01-515-8231PR P/N: 07015 Noun: Scanning Microscope Item Description: The scanning microscope is an engine health monitoring system, which includes a scanning electron microscope with x-ray diction and image system. The function is to serve as a field level diagnostic and detection system of debris from engine oil. Dimensions and material vary. Applicable to: F110 Engine Destination: FE4855, FX2027, FE2027, FE4803, FE5205, FE4804, FE5682 and FE5621 FOB: Origin Delivery: 30 Days ARO Quantity Range: 5-15 Best Estimated Quantity is 8 at this time, but is subject to change prior to award. One year commercial warranty is required, IAW customary commercial practice. Qualification Requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. Qualification requirements apply to all line items. The anticipated award date will be 21 May 2004. Written and electronic procedure will be used for this solicitation. To: Data Systems and Solutions, San Diego, CA To: Aspex, Delmont, PA This is the entire solicitation. Only written or faxed requests received directly from the requestor are acceptable. Written requests may be e-mailed to Christy.Slayton@tinker.af.mil or faxed to OC-ALC/LPKPB, Attn: Christy Slayton (405) 739-5493. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. Information regarding qualification requirements may be obtained by contacting the Source Development Office at OC/ALC/BC, 3001 Staff Drive, Suite 1AG85A, Tinker AFB, OK 73145-3009 or (405) 739-7243. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed above. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Provision FAR 52.212-1, Instructions to Offerors – Commercial applies to this acquisition. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) 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. The following factors shall be used to evaluate offers: _1) Technical Capability______________________ _2) Price __________________________________ _3) Past Performance ________________________ Technical and past performance, when combined, are of equal importance when compared to cost or price. Technical Acceptability is based on the Contracting Officer’s review of the offerors quotes that affirms the intent to build the item listed in this combined synopsis/solicitation. Offerors must also be qualified sources to be considered technically acceptable. More recent/relevant performance will have a greater impact on the past performance analysis than less recent or relevant information. An established performance rating will be considered more advantageous to the Government, therefore, contractors are encouraged to provide information as recent and relevant as possible. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. The Government reserves the right to award one or multiple awards based on this acquisition. However, the Government reserves the right not to award a contract at all, depending on the quality of the quotes and prices submitted and the availability of funds. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer. Clause 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items, applies to this acquisition. This is a Defense Priorities and Allocations Systems rated item. DPAS Rating: DO Offers are due to Christy Slayton at OC-ALC/LPKPB, 3001 Staff Drive, Ste. 2AE1 109H, Tinker AFB, OK 73145 on or before Tuesday, 20 April 2004 at 4:00 p.m. (CST). Faxed quotes are acceptable (405) 739-5493. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/OCALCCC/FA8104-04-Q-0152/listing.html)
 
Record
SN00562174-F 20040409/040407214754 (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.