Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

28 -- Aircraft Engine Rebuilding

Notice Date
4/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, Fire Acquisitions, 3237 Peacekeeper Way, McClellan, California, 95652
 
ZIP Code
95652
 
Solicitation Number
AG-9J61-S-08-0001
 
Point of Contact
Kathy M Griffin,, Phone: 916-640-1064
 
E-Mail Address
kgriffin@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: This is a combined synopsis/solicitation for purchase of two replacement aircraft engines in accordance with the format in FAR Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is AG-9J61-S-08-0001. The solicitation is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-24. This procurement is a small business set-aside. The NAICS Code applicable to this RFQ is 336412. The small business size standard is 1000 employees. The U.S.D.A. Forest Service proposes to procure two replacement engines for Piper Navajo N70Z, (PA-31-310). The replacement engines must be: factory rebuilt, have zero time, and exchange engines as described in Lycoming RENPL-8876.pdf (part number TIO-540-A2B). The serial numbers of the existing engines are RL-001715-61 (left) and RL-001230-61 (right). The Forest Service will return/exchange the existing core engines. The vendor must be an authorized Lycoming distributor. All shipping and documentation must be included in the bid. The successful bidder will keep the Forest Service apprised of expected delivery time or any delays. All components and material to be used shall be new and unused. ITEM001: Engine Model: TIO-540-A2B; A/C Manufacturer: Piper; A/C Model: PA-31-310; Voltage: 24; Horsepower: 310; A/C Type: Navajo-Airframe Serial No: 1-750; Alternator: ALU-8421-LS; Magneto: S6LN-1208, 1209; Starter: Electro, MHB-6016; Controller (Diff): 470912-1; Controller (Dens): 470884-4; Fuel Injector: RSA-10AD1; Fuel Pump: RG9080-J4A; Hydraulic Pump Drive: AN; Mount Prep: DYNAFOCAL; Oil Filter: Y; Magneto: S6LN-1208, 1209; Spark Plug: RHB-36S; Thermo Bypass Valve: 53E22144; Turbocharger: 406610-20; Vacuum Pump Drive: AN; Wastegate: Y; Prop Gov Dr Location: L Front. DESCRIPTIVE LITERATURE: Contractor to provide descriptive literature of make and model to be furnished. EVALUATION INFORMATION: The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. Quotes in response to this solicitation will be evaluated using the following factors: (i) quality of product, (ii) price ( including shipping and exchange value of old engine core), (iii) experience of contractor, and (iv) past performance of contractor. Technical performance is equal to price. Contractor shall provide information on the evaluation factors listed above. Proposal Preparation Instructions: The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors shall provide a firm fixed-price for Quantity of Two (2) replacement aircraft engines, fully assembled; Shipping charges, if any, must be added as a separate line item. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response. The following clauses also apply: 52.212-2 Evaluation--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and Agriculture Acquisition Regulation (AGAR) 452.211-70 Brand Name or Equal, (AGAR) 452.211-71 Equal Products Offered, and 52.214-21, Descriptive Literature. The full text of these provisions and clauses may be accessed electronically at http://www.gsa.gov/far/. The due date for submission of offers is May 05, 2008 at 4:30 p.m., local time, to U.S. Forest Service, Fire and Aviation Management, 3237 Peacekeeper Way, McClellan, 95652; Attn: Kathryn Griffin. All requests for information are to be addressed to Kathryn Griffin, Contract Specialist, at (916) 640-1064. Technical questions should be addressed to Bill McVicker, at (530) 226-2736, or via electronic mail to bmcvicker@fs.fed.us. Administrative questions must be received no later than five business days after publication of this notice and may be faxed to (916) 640-1090 or sent via electronic mail to kgriffin@fs.fed.us. Offerors are responsible to comply with this notice and amendments thereto. Amendments to the RFQ wil be published in the same manner as the initial synopsis/solicitation. EMAILADD: kgriffin@fs.fed.us EMAILDESC: AG-9J61-S-08-0001
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2f46ee1051868273bc218addb574a0c&tab=core&_cview=1)
 
Place of Performance
Address: 99999, United States
Zip Code: 99999
 
Record
SN01557636-W 20080423/080421214504-f2f46ee1051868273bc218addb574a0c (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.