Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2002 FBO #0087
SOLICITATION NOTICE

28 -- Requirements Contract for the repair of the first and second stage nozzle assemblies, P/N 12302412 and P/N 12286888 for the AGT-1500 Gas Turbine Engine

Notice Date
2/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
DAHA1402R4006
 
Response Due
3/27/2003
 
Archive Date
4/26/2003
 
Point of Contact
Tom Coleman, (785) 274-1211
 
E-Mail Address
Email your questions to USPFO for Kansas
(tom.coleman@ks.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for a Services Requirements Type Contract with one base year and options for two additional one-year periods for the repair of the first and second stage nozzle assemblies, P/N 12302412 and P/N 12286888 for the AGT- 1500 Gas Turbine Engine. This solicitation is prepared IAW FAR 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. This solicitation DAHA14 02 R 4006 is issued as an RFP. This is a solicitation document and incorporates provisions are those in effect through Federal Acquisition Circular 2001-01. NAICS code is 811310. Small business size standard of less than $6 million average annual over 3-years. Only contractors who are FAA licensed or ISO registered to perform similar repairs on like parts, using similar materials, will be considered for performance of specified work. This requirement is for the A dvance Turbine Engine Army Maintenance (ATEAM), Kansas Army National Guard, Bldg. 1460, Fort Riley, Kansas. For the first stage nozzle assembly the contractor shall perform removal and assembly of nozzle vane casting, outer flange and nozzle seal band. The nozzle lower support and rotor seal support shall be reclaimed and reused as required. The contractor shall replace/reclaim the fiber metal air seal on all assemblies. Nozzles shall meet all the performance and functional requirements of this specificatio n, product drawings and DMWR 9-2835-255. This specification also includes the requirements for inspection of repaired nozzles. In the event this specification omits items that are essential the performance of the nozzle described herein, it shall be the re sponsibility of the contractor to identify the items omitted in the specification and to provide such omitted requirements as required to meet the performance and functional requirements of this specification and DMWR 9-2835-255. For the second stage nozzl e assembly the contractor shall perform weld/bond repair of vane casting, airfoil and outer shroud blade path cracks/damage and remove and apply a diffused aluminide coating (Sermalloy J or equivalent) to the nozzle casting. The contractor shall replace th e forward and aft seal supports if required. The contractor shall replace/reclaim the fiber metal air seal on all assemblies. The contractor shall rework the cylinder area of the outer shroud (blade path) as required. Nozzles shall meet all the performance and functional requirements of this specification, product drawings and DMWR 9-2835-255. This specification also includes the requirements for inspection of repaired nozzles. In the event this specification omits items that are essential the performance o f the nozzle described herein, it shall be the responsibility of the contractor to identify the items omitted in the specification and to provide such omitted requirements as required to meet the performance and functional requirements of this specificatio n and DMWR 9-2835-255. All work shall be performed in accordance with the enclosed Statement of Work. Detailed specification may be founds at: http://55.72.252.32/ebs/advertisedsolicitations.asp. The contractor shall provide with their proposal-documented evidence of their recent successful experience in repairing turbine nozzle assemblies or component parts utilizing similar materials and performed on similar components, and of their current capabilities to perform these required repairs. The contractor mu st submit unit pricing for the initial contract one-year period and for each of the two options year periods. The Contracting Officer against the initial requirements contract will issue task orders. Evaluation and award will be made on the basis of lowest priced technically acceptable proposal. A technically acceptable proposal in one in which the contractor can clearly show that he has substantial experience wi th the repair of similar engine parts applications and is FAA licensed or ISO registered. All proposals will be evaluated on a go/no go basis. Prospective contractors must provide evidence of their successful prior experience and capability to perform the required work. Provide points of contacts with the firms or agency you have performed these services for in the past five years. The provision at FAR 52.212-3, Offeror Representations and Certifications (5/2001) applies to this acquisition. A completed-sig ned copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (5/2001) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Exe cutive Orders-Commercial Items (5/2001) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affi rmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Inf ormation for Electronic Funds Transfer Payment (5/1999) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (11/2001), is applicable to this acquisition. Solicitation is restricted to 100% small business. HUBzone preference will be applied to the price. For technical questions please contact Scott Brock, (785) 239-8151 or e-mail scott.brock@riley.army.mil offers are due by 2 p.m., 27 March 200 2 by e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Tom Coleman; or e-mail to: tom.coleman@ks.ngb.army.mil. Simplified Acquisition Procedures will be ut ilized.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00030659-W 20020227/020225213233 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.