Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
MODIFICATION

J -- F108 HPC ROTOR BLADES

Notice Date
8/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8121-09-R-0047
 
Response Due
9/1/2009
 
Archive Date
9/30/2009
 
Point of Contact
Billie Kindschuh, Phone: (405)734-8094
 
E-Mail Address
billie.kindschuh@tinker.af.mil
(billie.kindschuh@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOLICITATION IS CANCELED IN ITS ENTIRETY. IT WILL BE SOLICITED AT A LATER DATE. 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. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 dated 28 Feb 08. The Purchase Request number is FD2030-09-07647. The solicitation number is for FA8121-09-R-0047. The solicitation is a request for proposals (RFP). Proposals will be received at the issuing office until 3:00 PM Central Standard Time on 1 Sep 2009. Qualified sources are CFM International, Cincinnati, OH 45246 (58828) and Chromalloy Component Services Inc., San Antonio, TX 78226-1838 (1LKE9). All responsible sources solicited may submit a proposal that shall be considered. Award will be made only if the product/service or the offeror meets qualification requirements at the time of award IAW FAR clause 52.209-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This solicitation document incorporates provisions and clauses that are in effect in the Federal Acquisition Regulations and supplements on the date the solicitation is issued. The North American Industry Classification System Code (NAICS) is 336412. REPAIR F108 HPC ROTOR BLADES AFGLSC 448 SCMG/PKBB TINKER AFB OK 73145-3015, For additional information contact Billie Kindschuh/PKBB/(405) 622-7658. A firm fixed-price Requirements type commercial contract is contemplated with one basic year and 4 (four) one year options for repair of F108 HPC Rotor Blades. This solicitation and award shall be subject to the Service Contract Act. Item 0001: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4049PN, P/N: P132P12. BEQ as follows: 2676 EA Basic Year; 2051 EA OPT I; 2083 EA OPT II; 2058 EA OPT III; 2084 EA OPT IV. Delivery: Item 0001: 424 EA per month 30 days ARO and receipt of reparable assets for Basic Year and all Option Years. Item 0002: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4050PN, P/N: P103P15. BEQ as follows: 5013 EA Basic Year; 3096 EA OPT I; 3959 EA OPT II; 3926 EA OPT III; 3959 EA OPT IV. Delivery: Item 0002: 480 EA per month 30 days ARO and receipt of reparable assets for Basic Year and all Option Years. Item 0003: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4051PN, P/N: P104P42. BEQ as follows: 3345 EA Basic Year; 2604 EA OPT I; 2639 EA OPT II; 2624 EA OPT III; 2668 EA OPT IV. Delivery: Item 0003: 320 EA per month 30 days ARO and receipt of reparable assets for Basic Year and all Option Years. Item 0004: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4052PN, P/N: P104P43. BEQ as follows: 2133 EA Basic Year; 1692 EA OPT I; 1717 EA OPT II; 1706 EA OPT III; 1735 EA OPT IV. Delivery: Item 0004: 208 EA per month 30 days ARO and receipt of reparable assets for Basic Year and all Option Years.Item 0005: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-183-0134PN, P/N: P104P44. BEQ as follows: 165 EA Basic Year; 130 EA OPT I; 133 EA OPT II; 130 EA OPT III; 132 EA OPT IV. Delivery: Item 0005: 8 EA per month 30 days ARO and receipt of reparable assets for Basic Year and all Option Years. Item 0006: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-183-0135PN, P/N: P104P45. BEQ as follows: 163 EA Basic Year; 129 EA OPT I; 132 EA OPT II; 130 EA OPT III; 134 EA OPT IV. Delivery: Item 0006: 8 EA per month 30 days ARO and receipt of reparable assets for Basic Year and all Option Years. Item 0007: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4053PN, P/N: P105P42. BEQ as follows: 3068 EA Basic Year; 2280 EA OPT I; 2310 EA OPT II; 2298 EA OPT III; 2335 EA OPT IV. Delivery: Item 0007: 280 EA per month 30 days ARO and receipt of reparable assets for Basic Year and all Option Years. Item 0008: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4054PN, P/N: P105P43. BEQ as follows: 2717 EA Basic Year; 2880 EA OPT I; 2310 EA OPT II; 2298 EA OPT III; 2335 EA OPT IV. Delivery: Item 0008: 280 EA per month 30 days ARO and receipt of reparable assets for Basic Year and all Option Years. Item 0009: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4055PN, P/N: P105P44. BEQ as follows: 165 EA Basic Year; 129 EA OPT I; 132 EA OPT II; 130 EA OPT III; 132 EA OPT IV. Delivery: Item 0009: 16 EA per month 30 days ARO and receipt of reparable assets for Basic Year and all Option Years. Item 0010: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4056PN, P/N: P105P45. BEQ as follows: 1636 EA Basic Year; 129 EA OPT I; 132 EA OPT II; 130 EA OPT III; 132 EA OPT IV. Delivery: Item 0010: 280 EA per month 30 days ARO and receipt of reparable assets for Basic Year and all Option Years. Item 0011: NOUN: Data Reporting: CAVAF Reporting, Depot Maintenance Production Reporting, Test Report. All data reporting in accordance with applicable CDRL and DID. Acceptance of Line Item 0011 shall be Destination for Basic and all Option Years. Inspection and Acceptance of Line Items 0001 through 0010 shall be FOB Origin for Basic and all Option Years. Inspection and Acceptance Report is WAWF. Applicable to: F108 Engine, KC-135R Aircraft. Destination: Tinker Air Force Base OK 73145-3032. Packaging Requirements: Items shall be packed in accordance with MIL-STD-2073-1 D, Standard Practice for Military Packaging. AFMCFARS 5352.247-9009 Military Packaging and Marking applies. Shipping and storage markings shall be in accordance with MIL-STD-129 P, Standard Practice for Military Marking. The MIL-STD-2073-1 SPI/Specifications is as follows: PACRN-PAA, PRESERVATION LVL - MIL, PACKING LVL - M QUP - 001. Supplemental Packaging: use contractor containers #8145012040856/PN 856A3338G01. Military Packaging Requirement is set forth on the AFMC 158 attached to this combined synopsis/solicitation. Evaluation method will be Past Performance Price Tradeoff without Technical Proposals. Evaluation factors will be (a) technical - meets solicitation requirements (pass/fail); (b) past performance; and (c) price. Past Performance and Price are of equal importance. DESCRIPTION: The high pressure compressor blades are one piece casted airfoils which can be made of titanium or nickel alloy. The blades consist of an air foil shape which then transitions into a platform and dovetail to allow for installation. This item is classified as a critical safety item. FUNCTION: The high pressure compressor blades direct airflow and transfer air through the compressor to the combustion chamber of the engine. In addition to maintaining the proper direction of airflow, the HPC blades assist in increasing the pressure and velocity of the air as it is directed back to the combustion chamber. RMC: R2C. Electronic procedures will be used for this solicitation through FedBizOpps at http://www.fbo.gov. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.209-1 Qualification Requirements (Feb 1995); FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2008); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); FAR 52.212-3, Offerors, Representations and Certifications-Commercial Items (May 2001) A completed copy of the Offeror Representations and Certifications must be included with the proposal unless the offeror is registered in ORCA; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items (Apr 2008); FAR 52.203-6 Restrictions on Subcontractor Sales to the government (Sep 2006); FAR 52.219-8 Utilization of Small Business Concerns (May 2004) and Alternate II (Oct 2001); FAR 52.219-9 Small Business Subcontracting Plan (Apr 2008) and Alt II (Oct 2001); FAR 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999); FAR 52.222.21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Feb 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998); FAR 52.222-37, Employment Reports or Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.237-11 Accepting and Dispensing of $1 Coin (Aug 2007); FAR 52.246-11 Higher-Level contract Quality Requirement (Feb 1999) ISO 9001-2000 IAW PWS Para 1.6 (24 Apr 2008); FAR 52.247-29, FOB Origin (Jun 1988); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.211-7007 Item Unique Identification of Government Property (Sep 2007); DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998); DFARS 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005) and Alt I; DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); AFMCFARS 5352.247-9009 Military Packaging and Marking (Aug 2002); AFMCFARS 5352.291-9005 End Items Beyond Economical Repair (Jul 1997). The full text of any clause can be found at: http//: farsite.hill.af.mil. Contact Billie Kindschuh at 405-622-7658 for information regarding this solicitation. Fax number is 405-739-3462. E-mail address is billie.kindschuh@tinker.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8121-09-R-0047/listing.html)
 
Record
SN01914831-W 20090819/090818001936-f962e51112d8ea81a3ccfc4c52b8c2a7 (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.