Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23, 2001 PSA #2772
SOLICITATIONS

J -- FLEET SUPPORT FOR THE SHUTTLE CARRIER AIRCRAFT

Notice Date
January 19, 2001
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
ZIP Code
00000
Solicitation Number
9-BH13-54-1-01P
Point of Contact
Nancy S. Robb, Contract Specialist, Phone (281) 483-9044, Fax (281) 244-5331, Email nancy.s.robb1@jsc.nasa.gov -- Alice J. Pursell, Contracting Officer, Phone (281) 483-9027, Fax (281) 244-5331, Email alice.j.pursell1@jsc.nasa.gov
E-Mail Address
Nancy S. Robb (nancy.s.robb1@jsc.nasa.gov)
Description
NASA/JSC plans to issue a Request for Offer (RFO) for a contract for the maintenance of two NASA Boeing 747 Shuttle Carrier Aircraft (SCA). One is a Boeing 747-123 (NASA 905) and one is a Boeing 747-SR-46 (NASA 911). The work to be performed includes: incorporating Boeing Service Letters (S/L's), Pratt & Whitney Service Bulletins (S/B's), and Federal Aviation Administration (FAA) Airworthiness Directives (AD's); performing unscheduled maintenance, Aging Fleet inspections, structural inspections, and engineering services. The contractor shall furnish the necessary personnel, services, 747 hangar facilities, and material (the Government will normally furnish S/B kits) to incorporate S/L's, S/B's, and AD's, to performn unscheduled maintenance, and to conduct SCA structural inspections and modifications. Hangar facilities shall be of a size to totally enclose a NASA 747-100 SCA, as modified, and have the ability to close the hangar doors while still having ample room to perform maintenance on the aircraft. The contractor shall provide sustaining engineering support, at the contractor's facility, in support of SCA peculiar aircraft modifications and performance. The contractor (or any subcontractors) shall possess FAA certification with appropriate ratings for the 747 on the day that work is scheduled to begin, in accordance with FAA regulations, Part 145. The basic contract will have a period of performance of one year and will include 4 one-year options. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The NAICS Code and Size Standard are 336411 and 1,500 employees , respectively. The DPAS Rating for this procurement is DO-C9. The provisions and clauses in the RFO and model contract are those in effect through FAC 97-21. All qualified responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the RFO is on or about February 9, 2001 with an anticipated offer due date of on or about March 13, 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/JSC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73 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=73#9-BH13-54-1-01P)
Record
Loren Data Corp. 20010123/JSOL006.HTM (D-019 SN50B348)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on January 19, 2001 by Loren Data Corp. -- info@ld.com