MODIFICATION
J -- RECOVERY CFM56-2 SERVICE BULLETINS ON DC-8-72
- Notice Date
- 1/8/2010
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND10AA001Q
- Response Due
- 1/15/2010
- Archive Date
- 1/8/2011
- Point of Contact
- Cynthia Garcia, Contracting Officer, Phone 661-276-2592, Fax 661-276-2904, Email Cynthia.M.Garcia@nasa.gov - Rochelle M Butler, Contracting Officer, Phone 661-276-2072, Fax 661-276-2904, Email rochelle.butler@nasa.gov
- E-Mail Address
-
Cynthia Garcia
(Cynthia.M.Garcia@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RECOVERYThis notice is a combined synopsis/solicitation for commercial itemsprepared in accordance with the format in FAR Subpart 12.6, as supplemented withadditional information included in this notice. This announcement constitutes the onlysolicitation; proposals are being requested and a written solicitation will not beissued. This solicitation, NND10AA001Q, is being issued as a Request for Quotation(RFQ).The solicitation document and incorporated provisions and clauses are those ineffect through Federal Acquisition Circular (FAC) 2005-37.This announcement is 100% Set Aside to Small Business. The North American IndustryClassification System (NAICS) code for this acquisition is 488190Maintenance, Repair,and Rebuilding of Equipment.American Recovery and Reinvestment Act Requirements: THIS PROCUREMENT IS SUBJECT TO THEAMERICAN RECOVERY AND REINVESTMENT ACT of 2009 REQUIREMENTS. The expenditure of AmericanRecovery and Reinvestment Act (ARRA) funds requires that the project have a level ofaccountability, visibility and transparency that instills confidence in the Americanpublic that the funds are being expended efficiently and with the intent of the Act. Tothat end, the Federal Acquisition Regulations have been amended with language specific tothe expenditure these funds. Specifically the following FAR Clauses shall apply to thisacquisition: 52.203-15 Whistleblower Protections Under American Recovery and ReinvestmentAct of 2009, 52.204-11 American Recovery and Reinvestment Act Reporting Requirements,52.215-2 Audit and Records Negotiation, and 52.212-5 Contract Terms and Conditions. Special attention should be given to the reporting requirements of the ARRA, pursuant tothe clause at Federal Acquisition Regulation (FAR) 52.204-11, American Recovery andReinvestment ActReporting Requirements (MAR 2009), and the need to propose costsassociated with those requirements. In addition, the following special invoicinginstructions are provided:Special Invoicing Instructions for Contracts Containing Recovery Act FundsIn addition to the requirements set forth in any payment and invoicing clauses containedwithin the contract, the following special requirements apply to those contracts withwork authorized under the American Recovery and Reinvestment Act (ARRA) of 2009 (hereinafter referred to as the Recovery Act). - All requests for payment for work performed subject to the Recovery Act shallbe submitted separately from requests for payment for any other work performed under thecontract.- All requests for payment for work on contracts, funded in whole or in part,with Recovery Act funds, shall identify the applicable Contract Line Item Number(s)(CLINs) associated with the supplies or services being invoiced. - All invoices/vouchers shall be submitted via e-mail with no more than oneinvoice/voucher per e-mail submission.Invoices shall be submitted toNSSC-AccountsPayable@nasa.gov.- The NASA Shared Services Center is the Designated Billing Office for RecoveryAct invoices, except for cost type contracts where DCAA is designated as the billingoffice for verification of vouchers. (COs should tailor the language in this bullet toidentify the appropriate DBO for the specific Recovery Act requirement.) These requirements are mandatory and are subject to monitoring and auditing by theGovernment throughout the contract performance period. Respondents must acknowledge thecapability and willingness to meet the Federal Acquisition Requirements associated withARRA-funded contracts.The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.NASA Dryden Flight Research Center (DFRC) has a requirement for performing Compliancewith CFM56-2 Service Bulletins on the DC-8-72 flying laboratorys four currentlyinstalled engines and one spare. All engine inspection activity shall be performed atthe NASA-DFRC Dryden Aircraft Operations Facility (DAOF) in Palmdale, California. TheContractor shall perform the inspections as described in the following CFM56-2 servicebulletins: CFM56-2 72-517, CFM56-2 72-546, and CFM56-2 72-561.This contract shallinclude any and all labor and materials necessary to complete all inspections.TheContractor shall propose a schedule for accomplishing the following work that is within aperiod of performance from January 15, 2010 to February 26, 2010. It is time-criticalthat the anticipated period of performance is conducted within this time frame. TheGovernment will furnish the following between 0700 and 1530, seven days a week:Appropriate workspace in the hangar facility, compressed air source, and All HAZMATdisposal. Special attention should be paid to the Statement of Work (SOW) requirementthat the successful offeror perform CFM56-2 service bulletins on five of the DC-8-72flying laboratory engines in strict conformance with applicable FAA regulations.In addition to the ARRA specific clauses, the following FAR Clauses and Provisions applyto this acquisition: Provision 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutesor Executive Orders - Commercial Items. Specifically the following clauses cited areapplicable to this solicitation: FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965.;FAR52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; FARClause 52.204-7, Central Contractor Registration (CCR); Addenda to FAR 52.212-4 are asfollows: NFS 1852.223-72, NFS 1852.215-84, 1852.237-73,and NFS 1852.225-70.Registrationis required in the CCR database in order to receive a Government contract. (Note: On-lineRepresentations and Certifications Application (ORCA) has been implemented in FAR Clause52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update theirrepresentations and certifications on-line. ORCA is part of the Business Partner Network(BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA ApplicationHandbook and an ORCA Quick Reference Guide.)Selection and award will be made to the lowest priced, technically acceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that theproduct/service offered meets the Government's requirement. To be technically acceptable,the Contractor must meet the following criteria: (A) Corporate Experience: TheContractor shall have experience performing CFM56-2 inspection and repairs. (B) StaffExperience: NASA-DFRC strongly desires that all personnel performing this maintenancepossess FAA Airframe and Power Plant (A&P) certification. Non-A&P contractor staff shallwork under the supervision of a certified A&P mechanic. (C) Tooling: The Contractor shallpossess or can obtain (prior to commencement of this effort) all fixtures, tooling, andsupport equipment necessary to perform the required maintenance. (D) ReferenceMaterials: The Contractor shall posses all the relevant DC-8 and GE technical referencematerial to perform this task.This includes (but is not limited to):GE CFM56-2Maintenance Manuals, Service Repair Manuals, Service Bulletins, and AirworthinessDirectives.Questions regarding this acquisition must be submitted in writing tocynthia.m.garcia@nasa.gov no later than 9:00 a.m. local time on January 12, 2010. It isthe offeror's responsibility to monitor this site for the release of amendments, if any.Potential offerors will be responsible for downloading their own copy of this notice, theon-line RFQ and amendments, if any.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon January 15, 2010. All responsible sources may submit an offer which shall be considered by the agency.OFFERORS ARE REQUIRED TO USE THE ON-LINE SYSTEM TO SUBMIT THEIR PROPOSAL. The On-line RFQsystem is linked above or it may be accessed athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The information required byFAR Subpart 12.6 is included in the on-line RFQ.Oral communications are not acceptable in response to this notice.An ombudsman has been appointed - See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs link below. The FAR may beobtained via the Internet at URL:http://www.acquisition.gov/far/index.html. The NFS maybe obtained via the Internet atURL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND10AA001Q/listing.html)
- Record
- SN02037874-W 20100110/100108234601-6663cbecff9ac62d38ac6753a43cac7b (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 |