Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

61 -- REPAIR OF DIRECT CURRENT MOTOR

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
FA8532-06-R-70876
 
Response Due
3/28/2006
 
Archive Date
4/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation: FA8532-06-R-70876 POC: Sonia M. Cervantes, Contract Specialist, Phone: 478-222-1898, FAX: 478-222-1854 DESCRIPTION: This is a combined synopsis/solicitation for commercial repair services of items prepared in accordance with the format in 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 number FA8532-06-R-70876 is issued as a request for proposal (RFP) and will result in a Firm Fixed Price Contract consisting of one time buy with no options. This is a small business set-aside. Award will be made on an all or none basis. Award date is expected to be not later than 25 APRIL 2006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 17 Feb 2006 & Class Deviation. The NAICS Code assigned to this project is 336413, the size standard for a small business is 1000 employees. The requirement is for a proposal and Performance Work Statement (PWS) in accordance with AFI 63-124 based on the following statement of objectives (SOO): 1.0 PROGRAM OBJECTIVE: The government?s objective is to establish In-Plant Depot Level Repair for the Direct Current Motor, NSN: 6105-00-450-7653RN. The specific way in which this objective will be accomplished will be described in the offeror?s Statement of Work (SOW). The offeror?s SOW must be reviewed/approved by the government prior to contract award. 2.0 CONTRACT OBJECTIVE?S The contractor will generate a Statement of Work (SOW) to the government describing efforts to satisfy these objectives. The SOW will address the following: 2.1. Receipt, Inspection, and Reporting of End Items at contractor facility to determine misidentified or damaged conditions. 2.2. Repair and Replacing parts as necessary to return item to a serviceable condition. Ensure components utilized in repair are equal to or superior to original components. 2.3. Testing of repaired items to ensure compliance with the OEM?s Acceptance Test Procedures, drawings, and/or specifications. 2.4. Ensure PCO is notified of any End Item beyond repair. 2.5. Ensure compliance with the Government?s required delivery/turn-around time requested within the solicitation or otherwise agreed to. 2.6. Ensure the Government receives any warranty normally extended to the contractor?s commercial customers. 2.7. Ensure Quality Requirements comply with Commercial Item Inspection FAR 52.212-4. 2.8. Ensure Safety Requirements comply with Appendix C. 2.9. Ensure End Item Production Reporting through the G009 system, and Flow Day Reporting IAW DD Form 1423-1. 2.10. Packaging (see AFMC Form 158). When shipping containers are received that meet the requirements of the AFMC Form 158, and are suitable for return shipment of serviceable assets, they shall be reclaimed, stored, and protected for reuse. Unserviceable containers shall be disposed of and replaced with new containers that meet the requirements of the AFMC Form 158. 2.11. Fast Transportation: End items shall be shipped per the fastest traceable means available to destinations specified by the Government. 3.0 MANAGEMENT OBJECTIVES It is the Government?s objective to allow the contractor maximum flexibility to perform the required repair of the Direct Current Motor within the limits of the above objectives. The contract line items shall be as follows: 01) NSN 1730-01-057-5540 Basic 3 each 02) Data IAW CDRL 02AA) A001 GFM & G009 Report 02AB) A002 Maintenance & Service Report 13) Warranty Each CLIN referencing a NSN shall include a price break-down in quantities of 1 -3. The government does not own nor has access to the data associated with this equipment. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale and list the length in their proposal. Acceptance of the warranty does not waive the Government?s right under the inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions under 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. The equipment shall be FOB Destination FAR 52.247-48 and incorporate Clearance and Documentation Requirements FAR 52.247-52 . Note to Contractor: PRIOR TO SHIPPING, Contractor must contact the DCMA Transportation Officer for the current aerial port of embarkation (APOE/WPOE) and assistance with required export documentation. Instructions to Offerors-Commercial Items (Jan 06) is incorporated by reference and applies to this acquisition. FAR 52.212-2 Evaluation ? Commercial Items (Jan 99) - 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: technical capability written in the Performance Work statement submitted to meet the Government requirement; price. Offerors performance work statement (PWS) must meet the minimum requirements of the government in the format supplied in the SOO above. Each offeror shall provide back-up information supporting the price offered. This could take the form of the most recent catalog price list, invoices from previous repairs of same items, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (Mar 05) ? with its offer by entering the information into http://orca.bpn.gov. The FAR Clause 52.246-15 Contractor Responsibility for Inspection applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 06) apply to this acquisition, specifically, the following cited clauses are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1 (Oct 95), 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business concerns (May 04), 52.219-14 Limitation on Subcontracting (Dec 96), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 05), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Apr 02), 52.222-35 Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.222-36 Affirmative Action for Handicapped Workers (Jun 98), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.225-3 Buy American Act Supplies (Jan 06), and 52.232-33 (Payment By) Electronic Funds Transfer (Central Contractor Registration) (Oct 03), 52.247-1 Commercial bill of lading (Apr 84), 52.247-52 Clearance and documentation requirements (Apr 84), 52.247-32 (Jun 88). The following DFARS clause and provision applies to this solicitation and is incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (Dec 05). The Government reserves the right to award the contract without initiating discussions. Responses to this solicitation are due by 1500 hrs (3:00p.m.) on 10 MAR 2006. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their proposal to be mailed to 542 SEVSG, 380 Richard Ray BLVD STE 104, Robins AFB GA 31098-1647 ATTN: Sonia Cervantes andd/or emailed to Sonia.Cervantes@Robins.af.mil The Representations and Certifications (FAR 52.212-3 and DFARS 252.212.7000) shall be entered into ORCA at http://orca.bpn.gov: No telephone inquiries will be accepted.
 
Record
SN01001456-W 20060309/060307212154 (fbodaily.com)
 
Source
FedBizOpps 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.