Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOLICITATION NOTICE

16 -- Maintenance and Logistics Support Services for TFE731-5R1H Gas Turbine Engines

Notice Date
1/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, 5900 Air Cargo Road, Oklahoma City, OK, 73159-1198, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DJMS-07-JPT-Q-0003
 
Response Due
1/25/2007
 
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. Solicitation Number DJMS-07-JPT-Q-0003 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. The applicable North American Industry Classification System (NAICS) code is 336412. The small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13. This procurement is unrestricted under full and open competition. The USMS anticipates award of a firm-fixed-price purchase order. The anticipated award date is on or about 29 Jan 07. The requirement consists of the following: CLIN 0001, Maintenance and Logistics Support Services for TFE731-5R1H Gas Turbine Engines, Qty 4 MO. Drawings or specifications are not available and cannot be furnished by the Government. Period of Performance is 30 Jan 07 through 29 May 07. F.O.B.: Destination. Inspection/Acceptance: Destination. The U. S. Marshals Service, Justice Prisoner and Alien Transportation System (JPATS), requires maintenance and logistics support for four TFE731-5R1H gas turbine engines, Serial Numbers P91460, P91459, installed on a Hawker 800 aircraft, Serial Number 258175; and Serial Numbers P91294 and P91292 installed on a Hawker 800 aircraft, Serial Number 258093, both of which are owned and operated by the government. The required support will extend to parts and labor for scheduled major periodic inspections and compressor zone inspections, parts and labor for unscheduled maintenance activities, parts and labor for alert Service Bulletins, parts for recommended Service Bulletins, rental engines at time of extended unscheduled maintenance and scheduled compressor zone inspections to include major periodic inspections, and exchange components, modules, or line replacement units at the time of extended unscheduled maintenance activities or scheduled inspections. JPATS will provide required documentation demonstrating that the engines meet entry conditions for the required maintenance and logistics agreement. JPATS will operate both aircraft out of their Main Operating Base in Oklahoma City, Oklahoma. It is understood that JPATS will recognize, and adhere too, the maintenance, logistics, and administrative requirements identified within an original equipment manufacturer (OEM) approved maintenance program for the engine. Furthermore, JPATS will operate and maintain the engines in accordance with OEM Operating Instructions and approved Maintenance Manuals. JPATS will not order or instruct maintenance or operation of the engine in contradiction of the OEM manuals. The flight hours per aircraft is estimated to be 120 flight hours (240 engine flight hours) during the period of performance, for an estimated total engine flight hours of 480 for both aircraft. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following additional clauses cited in FAR 52.212-5 are applicable to this specific acquisition: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Acts, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR provisions can be found at the following website: http://acquisition.gov/. The agency point of contact for information regarding this solicitation is Shelley J. Bothwell, 405-680-3425, shelley.bothwell@usdoj.gov. All responsible sources may submit a quotation which shall be considered by the agency. Quotations will be accepted via e-mail at the above address, facsimile at (405)680-3466 (ATTN: Shelley J. Bothwell), or at the following address: U.S. Marshals Service, Justice Prisoner and Alien Transportation System, ATTN: Shelley J. Bothwell, 5900 Air Cargo Rd, Oklahoma City OK 73159-1198. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, should be included with the offer. Award will be made to the offer representing the best value to the Government, considering price and technical capability. Closing date and time for receipt of quotations is 25 Jan 07, 3:00 p.m., EST.
 
Place of Performance
Address: U.S. Marshals Service, Justice Prisoner and Alien Transportation System, 5900 Air Cargo Rd, Oklahoma City OK
Zip Code: 73159-1198
Country: UNITED STATES
 
Record
SN01217194-W 20070125/070123220320 (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  © 1994-2020, Loren Data Corp.