Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOLICITATION NOTICE

Z -- Turbine & Compressor Overhauls (ALLISON RR250-C-20R2 Engine/Serial Number: CAE-295384)

Notice Date
12/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Southern Region, 1720 Peachtree Rd. NW Suite 876 South, Regional Office, Atlanta, Georgia, 30309
 
ZIP Code
30309
 
Solicitation Number
AG-43N9-S-11-0005
 
Archive Date
1/4/2011
 
Point of Contact
Welch C Fair, Phone: 404-347-1761, Linda J Hawkins, Phone: 404-347-1756
 
E-Mail Address
wfair@fs.fed.us, lhawkins@fs.fed.us
(wfair@fs.fed.us, lhawkins@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial items and services 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. The solicitation (RFQ: AG-43N9-S-0005) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a proposal. 2. The North American Industry Classification System (NAICS) code is 488190 - Other Support Activities for Air Transportation. Offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov, in order to be considered for award. 3. FAR Clauses 52.212-1 through 52.212-4 apply to this procurement. For exact text and wording of clauses and provisions, please see https://www.acquisition.gov/comp/far/. The Government contemplates an award of a Firm Fixed Priced purchase order/contract, resulting from this solicitation. 4. FAR Clause 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Oct 2010)) applies to this procurement. And, the additional FAR clauses cited in the aforementioned FAR clause are applicable to this acquisition. These clauses are listed as follows: 52.222-50 Combating Trafficking in Persons (Feb 2009) Alt I (Aug 2007) 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.219-14 Limitations on Subcontracting (Dec 1996) 52.219-28 Post Award Small Business Program Re-representation (Apr 2009) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222.54 Employment Eligibility Verification (Jan 2009) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.239-1 Privacy or Security Safeguards (Aug 1996) 5. Other FAR clauses applicable to this acquisition include: 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) - In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Aircraft Mechanic - Journeyman $26.80 $5.63 Aircraft Mechanic - Junior $22.15 $4.65 Aircraft Mechanic - Helper $16.30 $3.42 6. Description of Services: This requirement is posted, essentially, to overhaul a turbine and compressor in an aircraft with an Allison RR250-C-20R2 Engine (S/N: CAE-295384). In addition, a test cell run will be required upon completion of the overhaul of the engine turbine and compressor. The contractor shall provide all necessary material, labor, supplies and incidentals necessary to complete overhauls on the compressor and turbine components of an Allison RR250-C-20R/2 engine. A test cell run shall be accomplished upon completion of overhauls and the components reinstallation into the engine. Removal and reinstallation of the engine from the aircraft and shipping of the engine to the contractor are the responsibility of the Government. SCHEDULE OF ITMES Component New Overhaul / Exchanged Overhaul Item 1 - Turbine with enhancement kit $ $ $ Item 2 - Compressor $ $ $ Item 3 - Test Cell Run $ _________________ Requirement * Turbine Compressor Removal from Engine $ $ Installation into Engine $ $ * Indicate if the removal of the component from the engine and replacement of the component is included in the component price quote. The Government reserves the right to award on an Item by Item basis. Contractors may make an offer on one or more items. SPECIFICATIONS The Allison RR250C-20R/2 engine is less than 3,500 hours total time since new. The compressor and the turbine are due first time overhauls in less than 60 hours. The Contractor shall only provide turbines with an enhancement kit. ITEM 1 1) Remove the turbine from the engine: Part Number: 23038160, Serial Number: CAT-15399 from RR250C-20R/2 engine, Serial Number: CAE-295384. 2) Install a 0 Time Since Overhauled Turbine, Part Number: 23038160 into the engine. PROVIDE WITH INSTALLATION OF OVERHAULED TURBINE: • All documentation relating to this engine and component overhauls • Warranty ITEM 2 1) Remove the compressor from the engine: Part Number: 23050833, Serial Number: CAC-15648 from RR250C-20R/2 engine, Serial Number: CAE-295384. 2) Install a 0 Time Since Overhauled Compressor, Part Number: 23050833 into the engine. PROVIDE WITH INSTALLATION OF OVERHAULED COMPRESSOR: • All documentation relating to this engine and component overhauls • Warranty ITEM 3 After installations of overhauled compressor and turbine, ground run RR250C-20R/2 engine on test cell and print out full report of performance to be used for warranty. PROVIDE WITH TEST CELL RUN: All calibration, rigging, and ground run performance checks. COMPLETION: All work to be accomplished on the engine for this contract and maintenance shall comply with all manufacturers' specifications and applicable 14 CFR (Code of Federal Regulations) requirements. EVALUATION FACTORS (Approximately equal in importance) • Experience in performing similar work on Allison RR250-C20R/2 components. Similar work is defined as prior experience in the overhaul of these components. • Qualifications of technical personnel performing this work. • Quality of the facilities to be used for performing this work. • Quality Assurance Program. • Delivery time. • Warranty. • Price. This combined synopsis/solicitation notice is a request for competitive quotations. Therefore, all quotations received prior to the RFQ close date will be considered by the regional office. 1. The Government will award a single purchase order/contract, resulting from this RFQ to the responsible offeror(s) whose offer represents the best value in terms of technical capability and price. 2. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Item). [Accessible at the FAR Site, https://www.acquisition.gov/comp/far/]. 3. The attachment, below, is provided to depict the engine component status. 4. Offers are due on Monday, December 20, 2010 (4:00 P.M. (EST)). All questions/inquiries must be submitted to the contracting officer, via electronic mail (e-mail), not later than 4:00 P.M. (EST) on Tuesday, December 14, 2010. Inquiries submitted, via telephone calls, will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Welch Fair and copy to Linda Hawkins via e-mail to: wfair@fs.fed.us and lhawkins@fs.fed.us, respectively. ATTACHMENT ENGINE COMPONENT STATUS ***All components listed below had 0.0 total time at install with the exception of the Compressor 4th stage wheel S/N E66623 ENGINE TOTAL TIME 3440.5 ENGINE TOTAL CYCLES 3093 COMP DESC P/N S/N RT LIFE / OH LIFE ENGINE HOURS @ INSTALL TIME LEFT REMOVE ENGINE 250-C20R/2 CAE-295384 COMPRESSOR 23050833 CAC-15648 3500 OH 0.0 3500.0 3500.0 IMPELLER 23039065 CD90920 7500 HR 0.0 7500.0 7500.0 IMPELLER " " 15000 CY 0.0 15000.0 15000.0 1st STAGE WHEEL 23032621 E91114 7500 HR 1240.3 8740.3 8740.3 1st STAGE WHEEL " " 15000 CY 1146.0 16146.0 16146.0 2nd STAGE WHEEL 23032622 E11232 7500 HR 0.0 7500.0 7500.0 2nd STAGE WHEEL " " 15000 CY 0.0 15000.0 15000.0 3rd STAGE WHEEL 23032623 E21187 7500 HR 0.0 7500.0 7500.0 3rdSTAGE WHEEL " " 15000 CY 0.0 15000.0 15000.0 4th STAGE WHEEL 23032624 E66623*** 7500 HR 1240.3 8740.3 8740.3 4th STAGE WHEEL " " 15000 CY 1146.0 16146.0 16146.0 GEARBOX 23035185 CAG-15533 COND. 0.0 0.0 TURBINE 23038160 CAT-15399 1750 HR 1918.2 3668.2 3668.2 TURBINE " " 3500 OH 0.0 3500.0 3500.0 1st STAGE WHEEL 23073853 X50697 1775 HR 1918.2 3693.2 3693.2 1st STAGE WHEEL " " 3000 CY 1773.0 4773.0 4773.0 2nd STAGE WHEEL 6898732 HX125085 1775 HR 1918.2 3693.2 3693.2 2nd STAGE WHEEL " " 3000 CY 1773.0 4773.0 4773.0 3rd STAGE WHEEL 23065833 X504908 4550 HR 1918.2 6468.2 6468.2 3rd STAGE WHEEL " " 6000 CY 1773.0 7773.0 7773.0 4th STAGE WHEEL 6853279 HX64674 4550 HR 0.0 4550.0 4550.0 4th STAGE WHEEL " " 6000 CY 0.0 6000.0 6000.0 TIE BOLT 23068265 NM83589 9000 CY 1773.0 10773.0 10773.0 FUEL CONTROL 23065112 BR55053 2500 OH 1638.4 4138.4 4138.4 GOVERNOR 23065123 27100 2000 OH 1918.2 3918.2 3918.2 FUEL PUMP 6899253 T107794 4000 OH 0.0 4000.0 4000.0 FUEL NOZZLE 23077068 1ZJ05443 2500 OH 2508.5 5008.5 5008.5 BLEED VALVE 23073207 FF56032 1500 OH 2315.0 3815.0 3815.0
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/43ZP/AG-43N9-S-11-0005/listing.html)
 
Place of Performance
Address: Contractor's Place of Business, United States
 
Record
SN02338077-W 20101205/101203233939-443e985df992b558c6aa3d591dfb9315 (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.