Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

28 -- PRATT AND WHITNEY JT9D-7J ENGINE PROCUREMENT

Notice Date
6/5/2013
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND13473029R
 
Archive Date
6/5/2014
 
Point of Contact
Jim Kitahara, Contracting Officer, Phone 661-276-5355, Fax 661-276-3374, Email James.E.Kitahara@nasa.gov
 
E-Mail Address
Jim Kitahara
(James.E.Kitahara@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administrations Dryden Flight Research Center (DFRC) plans to issue a Request for Proposal (RFP) to acquire four (4) each rebuilt or overhauled Pratt and Whitney (P&W) JT9D-7J engines specifically configured for a Boeing 747SP legacy aircraft (2 each base requirement and 2 each option quantity). The engines are required to have a minimum 10 year life expectancy, approximately 1,250 flight cycles, and 9,000 to 12,500 flight hours remaining with an expectation of 125 to 140 flights annually. The requirement is in support the Stratospheric Observatory for Infrared Astronomy (SOFIA) program to sustain the projected 20 year flight envelope of the SOFIA science mission platform. The Government's delivery schedule for the engines is very critical with a desired due date of 30 days ARO/required due date of NLT 60 days ARO for the two (2) each base requirement; and a desired due date of 120 days ARO/required due date of NLT 180 days ARO for the 2 each option quantities. In accordance with the attached draft Statement of Work (SOW), NASA has delineated the minimum technical requirements/specifications that the engines must meet in-order to be technically qualified under the solicitation. Per the SOW 4.0 Seller Tasks the contractor shall provide fully assembled, preserved, rebuilt or overhauled P&W JT9D-7J engines to the following criteria: At a minimum of 1,250 cycles remaining At a minimum of 9,000 hrs. remaining A minimum Exhaust Gas Temperature (EGT) Margin of 25C at Take Off (T.O.) A maximum of 20C #3 bearing temperature at T.O. Note: Detailed minimum technical engine specifications/requirements are delineated in SOW Section 4.0 while the engine data submittal requirements are included in SOW Section 5.0 Deliverables.In addition, work on the engines shall be performed by a Certified FAA Part 145 Repair Station and the offeror (or the overhaul facility) shall have a Third Party Certified Higher Level Quality Assurance System (e.g. AS9100) in place or shall demonstrate full AS9100 compliance. The Government intends to acquire a commercial service using FAR Part 12. This procurement is not restricted (e.g. it is full and open competition). The NAICS Code and Size Standard are 336412 and 1000 employees, respectively. The DPAS Rating for this procurement is Not a Rated Order. Evaluation Criteria: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is based upon the lowest evaluated price of offers meeting or exceeding the acceptability standards of the non-cost factors (e.g. is the Low Priced Technically Acceptable source evaluation). The following factors shall be used to evaluate offers: 1. Mandatory compliance with the technical criteria: Mandatory compliance with the SOW Section 4.0 Seller Tasks and SOW Section 5.0 Deliverables is critical.The inability to comply with the minimum technical requirements identified in SOW Sections 4.0 and 5.0 will result in a technically unacceptable proposal (Note: individual identified deviations proposed will be considered on a case by case basis but will potentially still disqualify an offeror as the Government is under no obligation to accept any proposed deviation). If a proposed deviation is allowed during the evaluation phase of the competition, than an amendment to the technical requirement will be made and all offerors will be allowed to submit a revised price proposal based upon the changed technical requirement. Deviation(s) will be allowed only to the extent that circumstances in the commercial market place do not allow the offeror(s) the ability to supply the identified P&W JT9D-7J engines that meet or exceed the Governments stated technical and data submittal requirements). Exception: The Government reserves the right to accept during the evaluation phase a minor deviation in the hours/cycles remaining (e.g. of less than -5%) from the parameters identified in SOW without amending the technical requirement. 2. Mandatory compliance with other solicitation requirements: Note: In-order to be considered minimally technically acceptable and qualified to provide an offer, an offeror must meet the delivery schedule requirements and the offeror (or the overhaul facility) shall possess a current FAA Repair Station certification to 14 C.F.R. Part 145. In addition, it is strongly desired by the Government that the offeror (or overhaul facility) possess a current Quality Assurance AS9100 third-party certification OR as a minimum demonstrate full AS9100 compliance. 3. Total Proposed Price of the base engines and options (to include preservation, packaging and crating, shock-mounted Quick Engine Change (QEC) stand, and air-ride shipping transportation FOB destination to NASA DFRC, Edwards, CA). Compliance with the technical criteria delineated in SOW Sections 4.0 and 5.0; and compliance with the other mandatory solicitation requirements (e.g. delivery schedule, FAA Part 145 Certification, and AS9100 quality system) are essential. The inability to comply with these requirements will render a proposal technically unacceptable. Considering the fact all offers meet or exceed the acceptability standards of the non-cost factors including the other mandatory solicitation requirements, than total proposed price to the Government will be the final discriminator for award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Specific instruction to offerors and evaluation factors will be provided as addendums to the standard provisions FAR 52.212-1 Instructions to Offerors and FAR 52.212-2 Evaluation of Offers to be included in the solicitation. The anticipated release date of RFP # NND13473029R is on or before June 14, 2013 with an anticipated proposal due date of on or about July 8, 2013. The provisions and clauses to be included in the RFP and resulting contract will those in effect through FAC 2005-66 (or later as applicable). All responsible sources may submit a proposal which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. Prospective offers shall notify this office of their intent to submit an offer. It is the offertorys responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offers will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted in writing through the Contracting Officer (e-mail or FAX) to: NASA/Dryden Flight Research Center, P.O. Box 273, Edwards, CA 93523-0273. Point of Contact: Jim E. Kitahara - Contracting Officer, Phone (661) 276-5355, Fax (661) 276-3374, Email james.e.kitahara@nasa.gov not later than July 2, 2013. Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND13473029R/listing.html)
 
Record
SN03080103-W 20130607/130606000355-c480dfc3339eaf7ca80b331581cd658b (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.