SOLICITATION NOTICE
29 -- Repair Combustor Cover for the AGT 1500 Gas Turbine Engine, ATEAM, Kansas Army National Guard, Ft Riley, Kansas.
- Notice Date
- 10/27/2006
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
- ZIP Code
- 66611-1170
- Solicitation Number
- W912JC-07-R-4000
- Response Due
- 11/13/2006
- Archive Date
- 1/12/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 announcement constitutes a Request for Proposal W912JC-07-R-4000. This contract is for the Repair of Combustor Cover NSN: 2835-01-214-2642, Army P/N: 12284667, Honeywell P/N: 3-130-750-27 for one year with 2 option years. The estimated maximum quantity is 75 each for the base contract year, 100 each 1st option year and 1 00 each 2nd option year with a minimum quantity of 20 per year. This is applicable to the reclamation of the AGT 1500 Gas Turbine Engine, Repair Process: Using NMWR (National Maintenance Work Requirement) 9-2835-255-2, PRP (Part Rework Procedure) 3291A, 3 295 & 5009 (request from A-Team), industry standards, and proven processes with like materials; contractor will repair the cover, combustor to print dimensions and tolerances. Contractor will provide all materials needed to perform the repair, cleaning, a nd inspection of the cover, combustor. Contractor will be allowed access to DLA (Defense Logistics Agency) in order to minimize the cost of materials. Contractor must request approval for all technical deviations through A-Team. Inspections: The awarded contractor shall provide an incoming and a final inspection report with each item. The provided inspection reports will contain at a minimum the initial and final inspection criteria. Awarded contractor will also provide a weekly status report of each it em. The weekly status report will include but is not limited to nomenclature, P/N, order #, qty left on order, qty at facility, lead time and estimated delivery date. Warranty: The awarded contractor is required to provide a one (1) year warranty for eac h repaired cover, combustor. The warranty will only be applicable to the workmanship and not misuse. If the part fails A-Team incoming inspection (request from A-Team), the part will be logged and the awarded contractor contacted to determine disposition . If the part fails due to workmanship within the year time frame of the warranty, the part will be logged and the contractor contacted to determine disposition. A two (2%) percent non-conformance rate will be allowed for incoming parts. All non-conform ances beyond the allowed two (2%) percent limits will be paid at a reduced rate. The reduced rate is as follows: Three (3%) percent to five (5%) percent non-conformance will result in a ten (10%) percent reduction in price. Six (6%) to ten (10%) non-conf ormance will result in a twenty (20%) percent reduction in price. Eleven (11%) percent and above will be grounds for termination of contract. The base for the percentage rate is a forecast of 100 parts. This solicitation is restricted to approved vendo rs of the U.S. Army Tank Command, Warren, MI., 48397-5000 and Honeywell Inc., Defense & Space, 1300 W. Warner Road, Temple, AZ 85285-2200. These parts require engineering source approval by the design control activity (U.S. Army Tank Command) in order to maintain the quality of the part. Adequate technical data is not available for this acquisition. Some information is proprietary to the OEM. Price must include freight charges. Shipping: A-TEAM will be responsible for shipment of the cover, combustor to the contractor. Contractor will be responsible for F.O.B. Destination with deliveries to Advanced Turbine Engine Army Maintenance (A-TEAM) for Kansas Army National Guard, Bldg. 741, Ft Riley, KS. Contractor will also be responsible for any shipping incur red due to warranty return. Proposals will be evaluated as Lowest Price Technically Acceptable to the government. To be technically acceptable you must be an approved vendor of the U.S. Army Tank Command, and Honeywell, Inc. This is a solicitation docume nt and incorporates provisions are those in effect through Federal Acquisition Circular 2001-08. NAICS code is 811310. The provision at FAR 52.212-3, Offeror Representations and Certifications (7/2002) 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 (10/2003) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial I tems (1/2005) 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, Affirmative Action for Disable d 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 Information for Electronic Fu nds 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, is applicable to this acquisition. For technical question s please contact George Freyberger, (785) 239-8156 or e-mail george.freyberger@ng.army.mil. Any change in specification shall be authorized only by the Contracting Officer and will be issued by written addendum. Offers are due by 2 p.m., November 13, 2006. Either mail, to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Adam Villalobos; or e-mail to: adam.villalobos1@us.army.mil.
- Place of Performance
- Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
- Zip Code: 66611-1170
- Country: US
- Zip Code: 66611-1170
- Record
- SN01172159-W 20061029/061027220630 (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 |