Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2009 FBO #2767
MODIFICATION

J -- Aircraft Parts Repair BPA

Notice Date
6/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
AircraftPartsRepairBPA3
 
Archive Date
7/9/2009
 
Point of Contact
Jamie M. Arthur, Phone: 8508825576
 
E-Mail Address
jamie.arthur@eglin.af.mil
(jamie.arthur@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined solicitation/synopsis for an aircraft part repair blanket purchase agreement prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; price lists are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), in accordance with FAR Parts 12 and 13. The North American Industry Classification System (NAICS) number is 336412, and the business size is 1000 employees. Please provide a price list for the repair of aircraft parts for the following Federal Stock Classes (FSC). 2840 SPECIFICATIONS FOR REPAIR OF AIRCRAFT PARTS THROUGH THE AIR FORCE REPAIR ENHANCEMENT PROGRAM 1. This requirement is for the repair of aircraft parts. 2. The contractor must abide by all AFI 21-123 and obtain Defense Contracting Management Agency's approval. The website to see this publication is http://www.e-publishing.af.mil, Search by number AFI21-123. 3. The number and type of each National Stock Number requiring repair will vary. 4. The Contractor must be responsible for shipping cost from and to Eglin Air Force Base. The shipping cost will be included in the price quoted for the repair. 5. The contractor will be responsible for all materials required for the repair of parts. 6. The contractor will be responsible for all Hazardous material items. 7. The price quoted for repair must not exceed 45% of the cost of a new part (as found in FEDLOG). 8. The contractor must be able to return the part in a minimum amount of time (NOT to exceed 30 days). If the part is mission essential, within 10 CALENDAR DAYS. 9. The contractor must provide evaluation on the capability of repair at no cost to the government. 10. If unable to repair the part, the part must be returned to the organization at no cost. 11. Must provide a guarantee of workmanship, for example, warranty for one year. 12. The stock classes will include, but not limited to the following: 2840. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide a complete price list, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3 or be registered at Online Representations and Certifications, https://orca.bpn.gov/login.aspx and follow the instruction as provided in the clause. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following is added to 52.212-2(a): the Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer is 100 percent conforming to the solicitation, will be most advantageous to the government, price and other factors considered. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Additionally, offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.204-7, Central Contractor Registration 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 includes the following clauses as cited: (b) 19, 20, 21, 22, 23, 32, and 41. Applicable DFARS clauses included: 252.204-7004 Alternate A, Required Central Contractor Registration 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.225-7001 13i, 21i and iv and 252-247-7023. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 0800 (CST), 24 June 2009, 96 CONS/PKB, 308 West D Ave, Ste 130, Eglin AFB, FL 32542. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Jamie M. Arthur at (850) 882-1680 or emailed to jamie.arthur@eglin.af.mil. Offers received after this date and time will be considered as "late submissions" in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Jamie M. Arthur, Contract Specialist, at (850) 882-5576, jamie.arthur@eglin.af.mil or Sarilynn Thomas, Contracting Officer, at (850) 882-9188, sarilynn.thomas@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/AircraftPartsRepairBPA3/listing.html)
 
Place of Performance
Address: 46 MXG/AFREP, 107 North Barrancas Ave Ste 320, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01852222-W 20090624/090622235631-b3f5e7b179fca7e80c311bf4c0e7f0c8 (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.