SOLICITATION NOTICE
28 -- Engine Overhaul for Pratt & Whiney PT6-20 Engine installed on DeHavilland Twin Otter (DHC-6) Aircraft - RFQ - Statement of Work
- Notice Date
- 3/18/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC16ZMA011Q
- Point of Contact
- Brian M. Evans, Phone: 2164332407, Brian Huth, Phone: 2164336693
- E-Mail Address
-
brian.m.evans@nasa.gov, brian.s.huth@nasa.gov
(brian.m.evans@nasa.gov, brian.s.huth@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Attachment B NASA/GRC has a requirement for an Engine Overhaul for Pratt & Whiney PT6-20 Engine installed on DeHavilland Twin Otter (DHC-6) Aircraft meeting the specifications in Attachment B. 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. The provisions and clauses in the RFQ are those in effect through FAC 05-47. The NAICs Code is 488190 and the small business size standard for this procurement is 500 employees, respectively. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The offeror shall state in their offer their size status for this procurement. This notice is being issued as a Request for Quotations (RFQ) for the listed specifications in Attachment B. CONTRACT TYPE: Firm Fixed Price PERIOD OF PERFORMANCE: Within eight weeks after contract award. PLACE OF PERFORMANCE: The contractor will remove the propeller and engine from the aircraft onsite at Glenn Research Center (GRC), Cleveland, Ohio, and transport the engine to its facility for overhaul Quotations will be evaluated on the following criteria: The Contractor shall be licensed by the FAA to conduct overhaul and repair work on PT6-20 engines. The offeror shall be certified/authorized for the intended work they will perform. Likewise, the Sub-contractor shall be certified/authorized for their portion of the work. Selection and award will be made to the offeror whose offer will be most advantageous to the Government, with consideration given to the factors of past performance, proposed technical merit, and price. This means award will be conducted on a BEST VALUE basis and the Government considers all three of the evaluation factors of equal importance relative to one another. The following factors will be used to evaluate offers: 1. Relevant Experience a. Offeror’s experience with removal, installation, and overhaul of PT6 series of engines. b. Offeror shall provide the number of years of work experience in conducting the same or similar work on the same, or like aircraft. 2. Technical Capability a. Delivery Time – The offerors shall complete the overhaul within eight weeks after contract award. Shall requisite documents shall be provided to NASA and the engine shall installed on the aircraft, rigged, and the ground operational check shall be satisfactorily completed. (see SOW Task Deliverables III). b. Twin Otter (DHC-6) experience – Offeror has demonstrated experience with engine removals, installations, and rigging on DHC-6 airplanes. c. Certification or license to conduct the work. 3. Cost/Price To the extent applicable to its proposal, each offeror shall summarize the proposal price for the work requirements. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing via email to brian.m.evans@nasa.gov no later than March 23, 2016. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). Send questions to brian.m.evans@nasa.gov and give 24 to 48 hours for a response. Quotation/proposals are due March 25, 2016. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Please view Attachment B for more details about this procurement. The following clauses and provisions are applicable to this procurement:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC16ZMA011Q/listing.html)
- Place of Performance
- Address: NASA Glenn Research Center, 21000 Brookpark Rd, Cleveland, Ohio, 44135, United States
- Zip Code: 44135
- Zip Code: 44135
- Record
- SN04055046-W 20160320/160318234742-d8a1569036910ebb4bf85e4af84944a2 (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 |