Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

28 -- ID-IQ type contract for replacement of damaged 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 for the AGT 1500 Turbine Engine.

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-05-R-4010
 
Response Due
7/14/2005
 
Archive Date
9/12/2005
 
Small Business Set-Aside
N/A
 
Description
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. Statement of work may be downloaded at EBS website: www.ngks.net. This requirement is for an ID-IQ type contract for replacement of damaged 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 for the AGT 1500 Turbine Engine. Army Part numbers 12302430, 12286149, 12302480, 12286161, 12286257, 12286261, 12286266, 12286268, and 12286267. It will be for one base year with 2 one-year options. The estimated maximum qty of 120 ea 1st contract year; 150 ea 2nd option year; 200 ea 3rd option year with a minimum qty of 20 ea per year. Items applicable to AGT 1500 Gas Turbine Engine. Shipping will b e F.O. B. Destination with deliveries to Advance Turbine Engine Army Maintenance (ATEAM), Bldg. 741, Fort Riley, KS. The following factors will be utilized in the technical evaluation of proposals (a) Contractor must have a prior performance history of the replacement of damaged 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 or be subject to a First article acceptance test for any or all items listed. (b) Contractor shall have quality control processes reviewed and certified by an external agency, such as certification to ISO (International Organization for Standardization), NADCAP (National Aerospace and Defense Contractors Accreditation Program) or eq uivalent quality assurance review processes. In the absence of an external certification, proof of registration as a FAA repair station is acceptable. (c) Contract award is contingent on first article inspection. Contractor must submit with proposal eviden ce of prior performance in the replacement of damaged 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 or repair of similar components. Contractor mus t submit evidence of ISO certification, NADCAP certification or equivalent quality assurance processes. Award will be based on past performance in replacement of damaged METCO 601 Plasma Coating on Inner Shrouds of HP Compressor Stator Assemblies, L/P Comp ressor Stator Assemblies and the H/P Compressor Impeller Spacer Set or similar components, lead time, and lowest cost technically acceptable proposal received in response to the solicitation. In order to receive an award for this contract, you must be regi stered in the Central Contractor Registration. You may register at WWW.CCR.GOV. A technically acceptable proposal is one that meets or exceeds all of the above technical criteria. All responsible sources may submit an offer, which shall be considered by th e Agency. Solicitation W912JC-05-R-4010 is issued as an RFP. This is a solicitation document and incorporates provisions in effect through Federal Acquisition Circular 2005-04. NAICS code is 811310. The provision at FAR 52.212-3, Offeror Representations a nd Certifications (3/2005) 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 (10/2003) applies to this acquisition. The clause at FAR 52.21 2-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (1/2004) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Gov ernment (7/1995), with Alternate I; 52.222-26 (4/2002), Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era ( 12/2001); 52.222-36 Affirmative Action for Workers with Disabilities (6/1998); 252.222-37, Employment Reports on Disabled Veterans (12/2001); 52.225-3, Buy American Act-Supplies (1/2004). The clause 52.232-33, Mandatory Information for Electronic Funds Tra nsfer Payment (10/2003) 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 (1/2004), is applicable to this acquisition. For technical quest ions please contact Leon Bryson, (785) 239-8156 or e-mail leon.bryson@ks.ngb.army.mil. Offers are due by 2 p.m., July 14, 2005 via 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. Adam Villalobos; or e-mail to: adam.villalobos@ks.ngb.army.mil Simplified Acquisition Procedures will be utilized.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00835362-W 20050625/050623220845 (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.