SOLICITATION NOTICE
28 -- Overhaul Services for Electro Mechanical Fuel System (EMFS), NSN 2910-01-339-0029, PN: 12324736-1 and PN: 12324736 for AGT 1500 Gas Turbine Egnine
- Notice Date
- 8/21/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
- ZIP Code
- 66611-1170
- Solicitation Number
- DAHA1402R4020
- Response Due
- 9/18/2002
- 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
- N/A
- Description
- NA This is a combined solicitation-synopsis for a 1-year Requirements Type Contract with option for two additional one-year periods for overhaul of the Electro Mechanical Fuel System (EMFS) NSN 2910-01-339-0029, PN: 12324736-1 and PN: 12324736 manufactured by , Allied Bendix Aerospace. End item application is the AGT 1500 Gas Turbine Engine. Solicitation is prepared IAW FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; pr oposals are being requested and a written solicitation will not be issued. This solicitation DAHA14 02 R 4020 is issued as an RFP. This solicitation incorporates provisions in effect through Federal Acquisition Circular 2001-07. SIC code: 3724. NAICS cod e is 336412. This requirement is for the Advance Turbine Engine Army Maintenance Team, (ATEAM) Kansas Army National Guard, (KSARNG) Bldg. 1460, Fort Riley, KS. The function of the EMFS assembly is to supply combustion fuel in metered quantities, to provid e control of power turbine stator and inlet guide vane actuators and provide feed back information to the engine control unit. Overhaul of the EMFS assemblies shall be performed IAW DMWR 9-2910-231 Dated October 28 1996, to include the replacement of all m andatory replacement parts (MRP) and complete teardown and inspection of all other non-MRP?s. All EMFS, which are not identified with P/N 12324736-1, must be upgraded to and re-identified with P/N 1234736-1 as specified in DMWR 9-2910-231. The contractor s hall supply all parts, equipment and labor required to perform the overhaul of the EMFS except for the following items which are to be supplied by the KSARNG ATEAM as Government Furnished Material: (1) The ATEAM shall provide enough reparable units for the contractor to supply 12 overhauled EMFS assemblies per month. (2) The ATEAM shall provide one (1) each, NSN 2590-01-471-7766 Battle Override Valve kit for each reparable EMFS forwarded to the contractor that is not identified with P/N 12324736. Kansas Ar my National Guard (ATEAM) has reparable assets on hand. The government does not intend to provide tooling, test stands, or fixturing to support this effort. All tooling, stands, and fixtures will be contractor furnished. The ATEAM production requirement is estimated to be 150 units for 2003 and increasing annually to 300 units in 2005. The contract will contain an option to negotiate an additional two-year extension to the contract if price and performance is considered acceptable and if contractor performa nce is satisfactory or better. The ATEAM requires that the repaired units be provide in monthly quantities of 12 units per/month for year 2003. Proposals must include: (1) Documented evidence of a companies successful prior experience and capabilities to perform the required work. Provide a minimum of three (3) different and unrelated points of contact or agencies you have performed these or similar services for in the previous five-year period. (2) Overhauled component must be capable of performing and complimenting the 60-month-1000-hour engine warranty the ATEAM provide their customers. Proposal must contain detailed warranty information on parts and materials used in the overhaul process. (3) The contractor must submit unit pricing for the initial on e-year contract period and for each of the two option years. Award determination will be made on the basis of the lowest priced technically acceptable proposal. A technically acceptable proposal is one which the contractor clearly demonstrates substantial experience with the repair of fuel handling metering units and the overhaul warranty compliments the engine warranty of 60-month or 1000 hour. The provision at FAR 52.212-3, Offeror Representations and Certifications (5/2002) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (2/2002) applies to thi s acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (5/2002) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrict ions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Emp loyment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (5/1999) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditi ons Required to Implement Statutes to Defense Acquisition of Commercial Items (11/2001), is applicable to this acquisition. Solicitation is unrestricted. Notice to Contractors: All contractors who provide goods or services to the Department of Defense (DO D) must be registered current in the Central Contractor's Register (CCR). To register in CCR via the Internet, go to www.ccr.mil. For technical questions please contact Mr. Scott Brock, (785) 239-8156 or e-mail scott.brock@riley.army.mil offers are due by 4 p.m., 18 September 2002 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. Thomas E. Coleman; (785) 274-1211 or e-mail to: tom.coleman@ks.ngb.army.mil . Simplified Acquisition Procedures will be utilized.
- Place of Performance
- Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
- Zip Code: 66611-1170
- Country: US
- Zip Code: 66611-1170
- Record
- SN00146890-W 20020823/020821213751 (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 |