Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
MODIFICATION

J -- F108 HPC ROTOR BLADES

Notice Date
12/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8121-10-Q-0003
 
Response Due
11/16/2009
 
Archive Date
1/1/2010
 
Point of Contact
Billie Kindschuh, Phone: (405)622-7658
 
E-Mail Address
billie.kindschuh@tinker.af.mil
(billie.kindschuh@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS AND SOLICITATION IS HEREBY CANCELLED IN ITS ENTIRETY.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 FD2030-10-26860. The solicitation number is for FA8121-10-Q-0003. The solicitation is a request for quotes (RFQ). Quotes will be received at the issuing office until 3:00 PM Central Standard Time on 16 Nov 2009. REPAIR F108 HPC ROTOR BLADES AFGLSC 448 SCMG/PKBCB TINKER AFB OK 73145-3015. For additional information contact Billie Kindschuh/PKBB/(405) 622-7658. A firm fixed-price commercial contract is contemplated for repair of F108 HPC Rotor Blades. This solicitation and award shall be subject to the Service Contract Act. 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. Item 0001: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4049PN, P/N: P132P04/05/12. Quantity is 1,200 EA. Delivery: 1,200 EA 30 days ARO reparable assets. Item 0002: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4051PN, P/N: P104P06/38/42. Quantity is 300 EA. Delivery: 300 EA 30 days ARO reparable assets. Item 0003: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4053PN, P/N: P105P06/38/42. Quantity is 1,100 EA. Delivery: 1,100 EA 30 days ARO reparable assets. Item 0004: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-212-4055PN, P/N: P105P08/24/44. Quantity is 30 EA. Delivery: 30 EA 30 days ARO reparable assets. Item 0005: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-183-0134PN, P/N: P104P08/40/44. Quantity is 40 EA. Delivery: 40 EA 30 days ARO reparable assets. Item 0006: NOUN: Repair F108 HPC Rotor Blades Input/Output NSN 2840-01-183-0135PN, P/N: P104P45. Quantity is 40 EA. Delivery: 40 EA 30 days ARO reparable assets. Item 0007: NOUN: Depot Maintenance Production Reporting. All data reporting in accordance with applicable CDRL and DID. Acceptance of Line Item 0007 shall be Destination.Item 0008: NOUN: CAVAF Reporting. All data reporting in accordance with applicable CDRL and DID. Acceptance of Line Item 0008 shall be Destination.Item 0009: NOUN: Test Report. All data reporting in accordance with applicable CDRL and DID. Acceptance of Line Item 0009 shall be Destination.Inspection and Acceptance of Line Items 0001 through 0006 shall be FOB Origin. 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 or B, QUP - 001. 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 Implement Statutes or Executive Orders - Commercial Items (Sep 2009); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alt I (Oct 1995); FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005); FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-28 Post Award Small Business Program Representation (Apr 2009); FAR 52.222-3 Convict Labor (June 2003); 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 52.222-41 Service Contract Act of 1965 (Nov 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1999) Employee Class is 23550 Machinist, Maintenance, Monetary Wage $20.84, Fringe Benefits 36.25% and Employee Class 23960 Welder, Combination, Maintenance, Monetary Wage $20.84, Fringe Benefits 36.25% ; FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Sep 2009); FAR Certain Foreign Purchases (Jun 2008); 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 52.245-1 Government Property (Deviation) (Jun 2007); FAR 52.245-9 Use and Charges (Jun 2007); Activity Address Code; FAR 52.246-11 Higher-Level Contract Quality Requirement (Feb 1999) ISO 9001-2000 IAW PWS Para 1.6 (6 Oct 2009); FAR 52.247-29, FOB Origin (Jun 1988); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009); DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials (Jan 2009); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998); DFARS 252.225-7008 Restriction on Acquisition of Specialty Metals (Jul 2009); DFARS 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (Jul 2009); DFARS 252.225-7012 Preference for Certain Domestic commodities (Dec 2008); DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); DFARS 252.2143-7002 Requests for Equitable Adjustment (Mar 1998); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002); AFMCFARS 5352.232-9002 Transportation Appropriation Chargeable (Oct 208) TIA is TAA, ATAC is FRS2; AFMCFARS 5352.247-9005 Shipping Container Marking (Mar 2003); AFMCFARS 5352.247-9009 Military Packaging and Marking (Aug 2002); AFMCFARS 5352.291-9005; End Items Beyond Economical Repair (Jul 1997) The costs of repair will not exceed 75% of the Stock List Price. 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/FA8121-10-Q-0003/listing.html)
 
Record
SN02029748-W 20091224/091222235439-f1e3f6da16971a50edb4e50a005f9016 (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.