Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOLICITATION NOTICE

J -- F108 LPT Stationary Air Seal Repair

Notice Date
9/30/2010
 
Notice Type
Presolicitation
 
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
FA8122-10-R-0045
 
Response Due
10/22/2010
 
Point of Contact
Billie Kindschuh, Phone 405-734-4631, Fax 405-739-3464, Emailbillie.kindschuh@tinker.af.mil
 
E-Mail Address
Billie Kindschuh
(billie.kindschuh@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial servicesprepared in accordance with the format in Subpart 12.6, as supplementedwith additional information included in this notice. This announcementconstitutes the only solicitation; proposals are being requested and awritten solicitation will not be issued. This solicitation document,incorporated provisions and clauses are those in effect through FederalAcquisition Circular (FAC) 2005-24 dated 28 Feb 08. The PurchaseRequest number is FD2030-10-27558. The solicitation number isFA8122-10-R-0045. The requirement is for Repair of F108 LPT StationaryAir Seals. The solicitation is a request for proposals (RFP).Proposals will be received at the issuing office until 3:00 PM CentralStandard Time on 22 Oct. 2010. Proposals shall be submitted via mail,fax or e-mail to the party identified in the last section of thiscombined synopsis/solicitation. Qualified sources are GEES, Cincinnati, OH (062W2), Chromalloy San DiegoCorporation, San Diego, CA (0ALH8), Chromalloy Component Services, Inc.,San Antonio, TX (1LKE9), and Snecma Services, France (F6048). Allresponsible sources solicited may submit a proposal that shall beconsidered. Award will be made only if the product/service or theofferor meets qualification requirements at the time of award IAW FARclause 52.209-1. Interested persons may identify their interest andcapability to respond to the requirement or submit proposals. Thissolicitation document incorporates provisions and clauses that are ineffect in the Federal Acquisition Regulations and supplements on thedate the solicitation is issued. The North American IndustryClassification System Code (NAICS) is 336412. Line Item 0001; Input NSN: 2840-01-212-1035PN; P/N 301-317-715-0 and/or301-317-718-0 and/or 301-317-721-0. Output NSN: 2840-01-212-1035PN; P/N301-317-721-0 Noun: Low Pressure Turbine Stationary Air Seal. BestEstimated Quantity: Basic Year 128 EA. Required Delivery: 20 EA 30Days After Receipt of Assets or Funded Order Whichever is Later.Inspection and Acceptance of Line Item 0001 shall be FOB Origin.Inspection and Acceptance Report is WAWF. Applicable to F108 Engine,KC-135R Aircraft. Destination: Tinker AFB, OK 73145-3032. Line Item 0002: AFMC 413 Depot Production Maintenance Reporting IAWCDRL A001 and DID. Line Item 0003: CAV AF Data Reporting IAW CDRL A002 and DID. Line Item 1001: Input NSN: 2840-01-212-1035PN; P/N 301-317-715-0 and/or301-317-718-0 and/or 301-317-721-0. Output NSN: 2840-01-212-1035PN; P/N301-317-721-0 Noun: Low Pressure Turbine Stationary Air Seal. BestEstimated Quantity: Option Year One 129 EA. Required Delivery: 20 EA30 Days After Receipt of Assets or Funded Order Whichever is Later.Inspection and Acceptance of Line Item 1001 shall be FOB Origin.Inspection and Acceptance Report is WAWF. Applicable to F108 Engine,KC-135R Aircraft. Destination: Tinker AFB, OK 73145-3032. Line Item 2001: Input NSN: 2840-01-212-1035PN; P/N 301-317-715-0 and/or301-317-718-0 and/or 301-317-721-0. Output NSN: 2840-01-212-1035PN; P/N301-317-721-0 Noun: Low Pressure Turbine Stationary Air Seal. BestEstimated Quantity: Option Year Two 146 EA. Required Delivery: 20 EA30 Days After Receipt of Assets or Funded Order Whichever is Later.Inspection and Acceptance of Line Item 2001 shall be FOB Origin.Inspection and Acceptance Report is WAWF. Applicable to F108 Engine,KC-135R Aircraft. Destination: Tinker AFB, OK 73145-3032. Line Item 3001: Input NSN: 2840-01-212-1035PN; P/N 301-317-715-0 and/or301-317-718-0 and/or 301-317-721-0. Output NSN: 2840-01-212-1035PN; P/N301-317-721-0 Noun: Low Pressure Turbine Stationary Air Seal. BestEstimated Quantity: Option Year Three 137 EA. Required Delivery: 20EA 30 Days After Receipt of Assets or Funded Order Whichever is Later.Inspection and Acceptance of Line Item 3001 shall be FOB Origin.Inspection and Acceptance Report is WAWF. Applicable to F108 Engine,KC-135R Aircraft. Destination: Tinker AFB, OK 73145-3032. Line Item 4001: Input NSN: 2840-01-212-1035PN; P/N 301-317-715-0 and/or301-317-718-0 and/or 301-317-721-0. Output NSN: 2840-01-212-1035PN; P/N301-317-721-0 Noun: Low Pressure Turbine Stationary Air Seal. BestEstimated Quantity: Option Year Four 147 EA. Required Delivery: 20 EA30 Days After Receipt of Assets or Funded Order Whichever is Later.Inspection and Acceptance of Line Item 4001 shall be FOB Origin.Inspection and Acceptance Report is WAWF. Applicable to F108 Engine,KC-135R Aircraft. Destination: Tinker AFB, OK 73145-3032. Packaging Requirements: Items shall be packed in accordance withMIL-STD-2073-1 E, Standard Practice for Military Packaging. AFMCFARS5352.247-9009 Military Packaging and Marking applies. Shipping andstorage markings shall be in accordance with MIL-STD-129 P, StandardPractice for Military Marking. The MIL-STD-2073-1 SPI/Specifications isas follows: PACRN-PAA, PRESERVATION LVL - MIL, PACKING LVL - B QUP -001. Military Packaging Requirement: QUP - 001; ICQ - 000; PRES METH -10; CD - 1; PRES MTL - 00; WRAP MTL - XX; CUSH DUNN - XX; CT - X; UNITCONT - NR; INT CONT - 00; UCL - B; SPEC MKG - 17; UNIT PACK WEIGHT -1.4; UNIT PACK SIZE: LENGTH - 6.3; WIDTH - 6.3; DEPTH - 010.5; UNITPACK CUBE: WHOLE CUBE - 0000.241; OPI - M. Evaluation method will be Lowest Price Technically Acceptable (LPTA).Evaluation factors will be (a) technical - meets solicitationrequirements (pass/fail); (b) price. Past Performance shall not beconsidered an evaluation factor. Technical acceptability issignificantly less important than cost or price. Offerors are requiredto follow the instructions in the attached Section L - Instructions ToOfferors and Section M - Evaluation Factors For Award. DESCRIPTION: The LPT Stationary Air Seal is an assembly consisting ofseveral stamped Hastelloy X plates brazed together with honeycombliners. This part is classified as a Critical Safety Item. FUNCTION:The LPT Stationary Air Seal segments are installed as a set to maintainthe necessary gas path pressure in each of the stages of the lowpressure turbine to provide proper exhaust gas expansion. RMC: R2Z. Electronic procedures will be used for this solicitationthrough FedBizOpps at http://www.fbo.gov. The following FAR provisions and clauses apply to this solicitation andare incorporated by reference. FAR 52.209-1, Qualification Requirements (Feb 1995); FAR 52.211-14, Notice of Priority Rating for National Defense, EmergencyPreparedness, and Energy Program Use. (Apr 2008);FAR 52.211-15, Defense Priority and Allocation Requirements. (Apr 2008);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-CommercialItems (May 2001) A completed copy of the Offeror Representations andCertifications must be included with the proposal unless the offeror isregistered in ORCA; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to ImplementsStatues or Executive Orders-Commercial Items (Apr 2008); FAR 52.203-6, Restrictions on Subcontractor Sales to the government (Sep2006); FAR 52.216-8, Ordering (Oct 1995);FAR 52.216-19, Order Limitations (Oct 1995);52.216-21, Requirements (Oct 1995);52.217-9, Option To Extend The Term Of The Contract (Mar 2000);FAR 52.219-8, Utilization of Small Business Concerns (May 2004) andAlternate 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 (Jan1999); 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 ofthe Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun1998); FAR 52.222-37, Employment Reports or Disabled Veterans and Veterans ofthe Vietnam Era (Jan 1999); FAR 52.222-39, Notification of Employee Rights Concerning Payment ofUnion 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 (May1989); FAR 52.222-49, Service Contract Act - Place Of Performance Unknown (May1989);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 ContractorRegistration (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) ISO9001-2000 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 252.212-7001, Contract Terms and Conditions Required to ImplementsStatues or Executive Orders Applicable to Defense Acquisitions ofCommercial Items (Mar 2008); DFARS 252.225-7000, Buy American Act-Balance of Payments ProgramCertificate (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 ofForeign 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. List of Attachments: TITLEDATEPAGESPerformance Work Statement10 Jan 20108Appendix B CAVAFUndated11Appendix C Safety12 Mar 20103Performance Plan12 Mar 20108Depot Maintenance CDRLUndated7CAVAF CDRLUndated8Packaging Requirement8 Feb 20102Section K Representations & CertificationsUndated7Section L Instructions to OfferorsUndated3Section M Evaluation Factors For AwardUndated3Wage Determination 2005-2413 Rev. 915 June 201010 Wage Determination 2005-2057 Rev. 1115 June 201010Wage Determination 2005-2521 Rev. 1128 June 201012 Contact Billie Kindschuh at 405-734-4631 for information regarding thissolicitation. Proposals shall be submitted to 448 SCMG/PKBC ATTN BillieKindschuh, Bldg 3001 STE 1AF1 97E, Tinker AFB OK 73145 if mailed.Proposals may be faxed or submitted by e-mail. Fax number is405-739-3462. E-mail address is billie.kindschuh@tinker.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-10-R-0045/listing.html)
 
Record
SN02302895-W 20101002/100930235421-8d189814bda04c6ebced73b39474b623 (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.