Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9, 2001 PSA #2763
SOLICITATIONS

J -- MAINTENANCE SERVICES FOR AND SUPPORT OF THE NASA LANGLEY RESEARCH CENTER AIRCRAFT

Notice Date
January 5, 2001
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
ZIP Code
23681-0001
Solicitation Number
1-036-RD.1143
Response Due
March 5, 2001
Point of Contact
Richard C. Shisler, Contract Specialist, Phone (757) 864-2419, Fax (757) 864-8863, Email R.C.SHISLER@larc.nasa.gov -- Michael T. Stubbs, Contract Specialist, Phone (757) 864-2435, Fax (757) 864-8863, Email M.T.STUBBS@larc.nasa.gov
E-Mail Address
Richard C. Shisler (R.C.SHISLER@larc.nasa.gov)
Description
NASA/LaRC plans to issue a Request for Proposal (RFP) on or about February 1, 2001 with an anticipated closing date of March 5, 2001. The NASA Langley Research Center aircraft are used by the Government to conduct research programs and support the Center as required. The aircraft, with one exception, are operated as Public Use aircraft and are not subject to all the requirements of Civil Aircraft. The B-200 is a certificated aircraft. NASA has established its own airworthiness certification program under Public Law 85-568, "National Aeronautics and Space Act of 1958. Flight requirements, quality systems, and environ-mental constraints are designed into the inspections/maintenance programs to assure that safety and the airworthiness integrity of the aircraft are maintained. NASA requirements, at a minimum, are equal to the Federal Aviation Administration (FAA) standards. The authority "to make, promulgate, issue, rescind, and amend rules and regulations governing the manner of its operations and the exercise of the power vested in it by law," are used when developing airworthiness programs for the unique research and support aircraft operated by NASA Langley. Standard FAA rules/regulations will be followed for civil operated aircraft. The Contractor when in the Government's best interest is to provide services and support for the aircraft in the following areas: 1.Provide Aircraft Inspection, Maintenance and Repair (the Boeing 757 is a primary aircraft) at Contractor's Facility with inspection packages provided by the Government,and provide a list of any defects/discrepancies found and repairs/testing/replacement of parts considered necessary and a price quote for each. After review of this list, the Government will authorize only those action items determined necessary by the Government; 2.Provide maintenance and repair service wherever Langley Research Center operates its aircraft, and furnish all necessary materials, specialized support equipment and manpower, to perform the requested maintenance services and/or repairs; 3.Provide services such as engine repairs to Rolls Royce RB211 engines, strip and painting of the Beech King Air 200, Aircraft Service Bulletin compliance, FAA Airworthiness Directive compliance and additional inspection requirements as directed. Provide specialized tools, test equipment and/or aircraft engines and/or engine components, for use by the Government for limited periods of time by rent or lease. (An example of this requirement would be a rental RB211 engine, installation tools, and test equipment.); 4.Provide approved replacement parts and materials as required with 24-hour on call parts support for AOG (Aircraft On Ground); 5.Provide services such as compliance with Airworthiness Directive (AD) 99-24-07, accomplishment of the strut and wing structure improvement of Boeing 757 aircraft equipped with Rolls Royce RB211 engines, in accordance with Boeing Service Bulletin 757-54-0035; 6.The Contractor is required to have a current FAA certificate for performing the work and utilize a Quality Control System which conforms to the current FAA, Parts 121 or 145. All maintenance performed is be in accordance with aircraft manufacturer's maintenance/overhaul manuals or procedures and/or NASA approved procedures. All parts or components that are repaired, replaced, or provided are to meet applicable FAA or NASA standards of serviceability; 7. Provide documentation in the form of NASA inspection cards and any other documentation required by FAA procedures. When work is required at the Contractor's facility, delivery of the aircraft to or from the Contractor's designated facility will be accomplished by NASA personnel or a NASA designated crew. A Government representative shall be present when aircraft inspection, maintenance, or repair is being performed for the purpose of making decisions appropriate to this particular aircraft. Flight testing, when necessary,will be accomplished by a NASA provided crew. This procurement will be issued as a Time and Materials requirement for a five (5) year period. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The NAICS Code and Size Standard are 488190 and $5.0M, respectively. The DPAS Rating for this procurement is DO-C9. All qualified responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the RFP is on or about February 1, 2001 with an anticipated offer due date of on or about March 5, 2001. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and 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/LaRC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-036-RD.1143)
Record
Loren Data Corp. 20010109/JSOL003.HTM (D-005 SN50A2R3)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on January 5, 2001 by Loren Data Corp. -- info@ld.com