SOLICITATION NOTICE
29 -- REWORK TF34 BP SEALS
- Notice Date
- 8/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
- ZIP Code
- 32212-0097
- Solicitation Number
- N68836-04-T-0232
- Response Due
- 9/1/2004
- Archive Date
- 9/16/2004
- Point of Contact
- Linda Nelson, Purchasing Agent, Phone 904 542-1077, Fax 904 542-1111, - Linda Nelson, Purchasing Agent, Phone 904 542-1077, Fax 904 542-1111,
- E-Mail Address
-
linda_f_nelson@jax.fisc.navy.mil, linda_f_nelson@jax.fisc.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-04-T- 0232 applies and is issued as a Request for Quotation. This procurement is set aside for small business This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 336413 and the business size standard is 1000. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a full and open competitive basis the following line items repair TF34 BP SEALS according to the below statement of work PERFORMANCE WORK STATEMENT TF34 HPT ROTOR BALANCE PISTON AIR SEAL 1.0 SCOPE This Performance Work Statement covers the cleaning, inspection and repair of TF34 Rotor Balance Piston Rotating (BP) Seal NOMENCLATURE PART NUMBER Rotating Air Seal 6078T90P01 5025T33P02/P03/P04 3921T56P01 3921T58P01/02 2.0 APPLICABLE DOCUMENTS General Electric Drawings (latest revision): 6078T90, 5025T33, 3921T56, 3921T58 T.O. 2J-TF34-3-2 (WP365) Depot Maintenance Manual NAVAIR 02B-105ALB-6-2.2 Depot Maintenance Manual NAVAIR 02B-105ALB-4 IPB T.O. 2J-TF34-4 IPB 2.1 DRAWINGS The government at no cost will provide government drawings and prints that are part of the applicable specification to the vendor, if required. 3.0 REQUIREMENTS 3.1 GENERAL The BP Seals provided to the vendor under this contract shall be processed and returned to Naval Aviation Depot, Jacksonville, FL (NADEP JAX) within (45) calendar days after the date the vendor receives the reparable assets. Specific delivery requirements shall be provided with the delivery order. Initial delivery to the vendor from NADEP JAX will be 10 BP Seals. Vendor fall out is estimated to not exceed 5 percent. There shall be no remuneration for any non-repairable BP Seals. Recompensement shall be for repaired ready for issue (RFI) BP Seals only. Vendor shall return all nonrepairable BP Seals for exchange of additional reparables. 3.2 QUALITY PROGRAM The contractor shall maintain an inspection system, which meets or exceeds ISO-9002 requirements. DCMC (or the NADEP) may assess the contractors compliance to its? documented quality system. DCMC shall inspect at source and accept at source. Additionally, DCMC shall provide inspection/acceptance documentation upon NADEP request. 3.3 DETAIL TASKS The contractor shall be responsible for providing an RFI component by cleaning, inspection and repair per NA02B-105ALB-6-2-2 WP365, or T.O. 2J-TF34-3-2 WP365. The Depot Maintenance Manuals provide the parameters within which results are to be accomplished. The Contractor may use best and acceptable commercial practices to attain the technical requirements of the Depot Maintenance Manual. Components will be preserved and packaged in accordance with generally accepted commercial practices, which meet the intent of MIL-P-116J and MIL-STD-2073. Additionally, the packaging for the Air Force BP Seals shall be labeled with P/N 3921T58P02, NSN 2840-LL-LTR-0009 and the Navy BP Seals shall be labeled with P/N 5025T33P04, NSN 2840-LL-LTR-0010. Packaging shall also be annotated with the BP seal?s serial number and incorporate bar code labeling. Components returned to the NADEP shall have the applicable serial number and part number documented on the shipping documents. Commercial invoicing practices may be utilized in lieu of a DD250. NOTE: The above services requested are the only repair services required by the vendor. NOTE: Contractor will comply with all specifications provided with this contract package. No exception or variations will be permitted without written authorization from Contracting Officer, FISC Jacksonville, FL. 3.4 SHIPPING Vendor is to return units by fastest traceable means to NADEP JAX as follows: 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M September 01, 2004. Quotations must be in writing and may be faxed or mailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1077.
- Place of Performance
- Address: Jacksonville, Fl
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN00646726-W 20040820/040818212843 (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 |