Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2006 FBO #1529
SOLICITATION NOTICE

43 -- Repair/Overhaul Compressors

Notice Date
1/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
FA8519-06-R-76711
 
Response Due
2/24/2006
 
Archive Date
3/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION: FA8532-05-R-76711 POC: Contact Debi S. Weems, Contract Specialist, Phone: 478-222-1953, FAX: 478-222-1854 DESCRIPTION: This is a combined synopsis/solicitation for commercial repair services of 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; proposals are being requested and a written solicitation will not be issued. This solicitation number FA8532-05-R-76711 is issued as a request for proposal (RFP) and will result in a Firm Fixed price REQUIREMENTS CONTRACT consisting of one base year and four one year options. This is a small business set-aside. Award will be made on an all or none basis. Award date is expected to be not later than 1 MARCH 2006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 11 April 2005 & Class Deviation. The NAICS Code assigned to this project is 336413, the size standard for a small business is 1000 employees. The requirement is for a proposal and Performance Work Statement (PWS) in accordance with AFI 63-124 based on the following statement of objectives (SOO): 1.0 DESCRIPTION OF SERVICES 1.1 PROGRAM OBJECTIVE: The objective of this program is to provide for a depot level repair on the 4310 stock class for air compressor subassemblies and the 4820 stock class for regulator valves. These subassemblies and the regulator valves are components of the multiple air compressors used in conjunction with pneumatic hand tools and for general construction. These subassemblies and regulator valves are required to be repaired to the current configuration specifications. The contractor shall respond to the Request for Proposal (RFP) by submitting a proposal demonstrating their compliance to this SOO requirement. The specific way in which these objectives are attained will be described in each Offeror?s proposed Statement of Work (PWS) written IAW AFI 63-124. Each Offeror?s PWS shall describe how each of the noted objectives will be met. A Performance Plan shall be submitted to the government for approval before award. No Class 1 Ozone Depleting Substance will be used in conjunction with this contract. 2.0 SERVICE DELIVERY SUMMARY The contractor shall maintain their quality of service. The contractor shall provide a nominal MTBF that their system can maintain. The contractor shall provide the nominal time frame necessary to complete repairs for the air compressor subassemblies and regulator valves after receipt of notification for each of the following requirements: 1) Routine, 2) Exchangeable Surge, and 3) MICAP. The contractor shall provide the nominal time frame for completing G009 data reports. The contractor shall provide the nominal time frame for their commercial warranty coverage. 3.0 GOVT FURNISHED PROPETY & SERVICES 3.1 Government furnished special tools and test equipment. Not Applicable to the effort 4.0 GENERAL INFORMATION 4.1 CONTRACTOR OBJECTIVES: Contractor will prepare a performance based Statement of Work for government review and approval as identified in AFI 63-124. 4.1.1 The contractor shall provide depot repair of the air compressor subassemblies and regulator valves. Units shall be returned ready for issue in a serviceable operating condition. 4.1.2 The contractor shall provide the parts to repair the units and take care of obsolescence issues. 4.1.3 The contractor shall provide staff for the depot facility to provide the effort necessary to support the repair program. The contractor shall be responsible for the management of repair operations, repair technician staffing, administrative support, materiel management of the depot repair stock, configuration control, quality and reporting as defined i n the PWS. 4.1.4 The contractor shall provide the facility, which will serve as the depot to carry out the repair. The facility will include contractor owned test equipment, fixtures, adapters and workbenches needed for repair of the air compressor subassemblies. 4.1.5 The contractor shall establish and maintain a Quality Assurance System, which meets, at a minimum, the requirements for Standard Inspection. 4.1.6 The contractor shall provide technical assistance to USAF engineering in resolution of Deficiency Reports and of obsolescence issues of repair parts on the air compressor subassemblies, including, but not limited to notification of vendor obsolescence possibilities, providing failure data for trend analysis, and support to USAF Program Reviews or meetings. 4.1.7 PACKAGING (See AFMC Form 158). The Contractor shall be responsible for the preservation, packaging and packing of all items delivered to meet the requirements of MIL-STD-2073-1D (1) IAW AFMC Form 158. Items shall be protected from hazards of handling equipment and shall be transportable by all modes of transportation. Items determined to be Electrostatic Discharge Sensitive (ESD) shall be identified, handled, packaged and marked accordingly. When shipping containers are received that meet the requirements of the AFMC Form 158 and are suitable for return shipment of serviceable assets, they shall be reclaimed, stored, and protected for reuse. Unserviceable containers shall be disposed of and replaced with new containers that meet the requirements of the AFMC Form 158. 4.1.8 FAST TRANSPORTATION: The contractor shall use fast transportation to ship all serviceable end items. 4.2 MANAGEMENT OBJECTIVES: The USAF will maintain configuration management of the subassemblies. Clear government visibility into the program schedule and technical performance shall be maintained. The USAF shall approve the contractor?s subassemblies evaluation process. 4.2.1 Allow the contractor maximum flexibility of repair within the limits noted above, while maintaining clear visibility into the program cost, schedule, performance, and risk. 4.2.2 Provide clear visibility into all transactions of Government Furnished Material (GFM) and End Item transactions, G009 reporting, DID number DI-ALSS-81533C. 4.2.3 Provide clear visibility into all transactions of the Maintenance Service Report, DID number DI-MGMT-80995/T. 4.2.4 Provide results of findings from studies/analysis for any Material Improvement Projects (deficiency reports) generated during this repair period of performance, DID number DI-MISC-80508A. 4.2.5 Government Industry Data Exchange Program (GIDEP) reporting is required, DID numbers DI-QCIC-80125B, DI-QCIC-80126B and DI-QCIC-80127A. 4.3 DEFINITIONS: explanation of terms used and/or identified in service delivery summary of statement of objectives. 4.3.1 G009 ? End Item and Government Furnished Material Reporting System ? NOTE: Timely notification of repair production constraints/delays should be reported to Government seller production manager via phone or e-mail. 4.3.2 Mission Incapable (MICAP) ? an asset that has caused an aircraft platform to be mission incapable. 4.3.3 Surge of exchangeables - is the process by which increased requirements generated by external contingency demands are supported during wartime. Exchangeable surge includes increasing shop production above the level that can normally be produced by available peacetime resource levels, expedited contract actions, and other options for support that would not be authorized under peacetime operations. 4.3.4 Quality Deficiency ? Are attributed to errors in workmanship, nonconformance to specifications (initial failure), drawing standards, or other technical functional requirements, Quality Deficiency Reports are known as QDRs. 4.3.5 Routine exchangeable repairs ? repair of routine Government requirements, other than MICAP and Surge. 4.3.6 Trend Analysis and Obsolescence Reports ? inspections should be conducted and reports submitted to the Government within 45 days of identification of occurrence. 4.3.7 SMART- System Management Analysis and Report Tool, automated analysis system used to track and monitor status, demand levels, MICAP rankings, repairs and asset posture for government stock listed items. 4.3.8 D035A ? Item Manger Wholesale Requisition Process (IMWRP) ? a government legacy system that affords real-time access to asset data, resulting in shorter depot processing time for requisitions, improved asset visibility, efficiency and better and faster customer support. 4.3.9 GIDEP - GIDEP (Government-Industry Data Exchange Program) is a cooperative activity between government and industry participants seeking to reduce or eliminate expenditures of resources by sharing technical information essential during research, design, development, production and operational phases of the life cycle of systems, facilities and equipment. See contract file for further information on GIDEP reporting/participation. 4.3.10 Material Improvement Project (MIP) ? Is a planned effort to investigate and resolve deficiencies, adverse trends, or to evaluate proposed improvements or enhancements. A MIP maybe established whenever a deficiency, improvement or enhancement is determined to warrant further investigation or consideration and is used to monitor and control actions related to it. Reports should be completed with 60 days of initiation. 4.3.11 Mean Time Between Failure (MTBF) - A measure of reliability, the time between inherent failures of system caused by a physical or chemical incident within the item. 4.3.12 Quality of Service - Repair provided continues to operate at a MTBF above 1200 hours, maintaining reduced numbers of Quality Deficiency Reports. 5.0 APPENDICES AND ATTACHMENTS: ATTACHMENT 1 SPECIAL TOOLING AND TEST EQUIPMENT This list is not all-inclusive; it is the contractor?s responsibility to provide any and all items including all special tools and equipment. 1 each, Generator Set 1 each, Test Stand, Air 1 each, Low Pressure Test Stand (End of list) The contract line items shall be as follows: 01) Requirements contract informational CLIN (no $). 02) NSN 4310010070184 Base BEQ 16 Opt I BEQ 25 Opt II BEQ 25 Opt III BEQ 25 Opt IV BEQ 25 03) NSN 4310012046093 Base BEQ 1 Opt I BEQ 0 Opt II BEQ 1 Opt III BEQ 1 Opt IV BEQ 0 04) NSN 4310013246030 Base BEQ 3 Opt I BEQ 3 Opt II BEQ 3 Opt III BEQ 3 Opt IV BEQ 3 05) NSN 4820004045866YK Base BEQ 1 Opt I BEQ 5 Opt II BEQ 49 Opt III BEQ 48 Opt IV BEQ 49 06) NSN 4310010063570 Base BEQ 3 Opt I BEQ 8 Opt II BEQ 9 Opt III BEQ 8 Opt IV BEQ 9 07) NSN 4310012171276 Base BEQ 2 Opt I BEQ 2 Opt II BEQ 2 Opt III BEQ 2 Opt IV BEQ 2 08) NSN 4310005802668 Base BEQ 5 Opt I BEQ 5 Opt II BEQ 5 Opt III BEQ 5 Opt IV BEQ 5 09) NSN 4310012302448 Base BEQ 2 Opt I BEQ 2 Opt II BEQ 2 Opt III BEQ 2 Opt IV BEQ 2 10) NSN 4310014193699 Base BEQ 118 Opt I BEQ 90 Opt II BEQ 89 Opt III BEQ 90 Opt IV BEQ 90 11) Over & Above Line Item 12) Data IAW CDRL 12AA) A001 GFM & G009 Report 12AB) A002 Maintenance & Service Report 12AC) A003 Alert/Safe Alert 12AD) A004 Response to Alert/Safe Alert 12AE) A005 GIDEP Annual Progress Report 13) Warranty Each CLIN referencing a NSN shall include a price break-down in quantities of 1 -5, 6-10, 11-20, and 21 and above for the base year and each option year. The government does not own nor has access to the data associated with this equipment. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale and list the length in their proposal. Acceptance of the warranty does not waive the Government?s right under the inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions under this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The equipment shall be FOB Origin. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 06) is incorporated by reference and applies to this acquisition. FAR 52.212-2 Evaluation ? Commercial Items (Jan 99) - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability written in the Performance Work statement submitted to meet the Government requirement; price. Offerors performance work statement (PWS) must meet the minimum requirements of the government in the format supplied in the SOO above. Each offeror shall provide back-up information supporting the price offered. This could take the form of the most recent catalog price list, invoices from previous repairs of same items, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (Mar 05) ? with its offer by entering the information into http://orca.bpn.gov. The FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep 05) applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 06) apply to this acquisition, specifically, the following cited clauses are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1 (Oct 95), 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business concerns (May 04), 52.219-14 Limitation on Subcontracting (Dec 96), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 05), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Apr 02), 52.222-35 Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.222-36 Affirmative Action for Handicapped Workers (Jun 98), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.225-3 Buy American Act Supplies (Jan 06), and 52.232-33 (Payment By) Electronic Funds Transfer (Central Contractor Registration) (Oct 03), 52.247-1 Commercial bill of lading (Apr 84), 52.247-52 Clearance and documentation requirements (Apr 84), 52.247-32 (Jun 88) F.O.B Origin ? Prepaid Freight (Note 6Z. Note to contractor: Contact CTO if problems arise. Ship Door-to-door commercial express carrier service for movement of MICAP and Project Codes [TP-1 and TP-2/RDD 777]: 122,123,700,780 [With restrictions], 879,880, 9bu, 9FF, 9FS, 9GF, 9FV, 9FG, SURGE and 720). The following DFARS clause and provision applies to this solicitation and is incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (Dec 05). The Government reserves the right to award the contract without initiating discussions. Responses to this solicitation are due by 1500 hrs (3:00p.m.) on 24 FEB 2005. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their proposal to be mailed to 542 SEVSG, 380 Richard Ray BLVD STE 104, Robins AFB GA 31098-1647 ATTN: Debi Weems and/or emailed to Debi.Weems@Robins.af.mil. The Representations and Certifications (FAR 52.212-3 and DFARS 252.212.7000) shall be entered into ORCA at http://orca.bpn.gov: No telephone inquiries will be accepted.
 
Place of Performance
Address: TBD
 
Record
SN00976789-W 20060202/060131213037 (fbodaily.com)
 
Source
FedBizOpps 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.