|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Room 114, Fort
Bragg, NC 28307-5200 J -- MAINTENANCE/REPAIR OF CASA 212 AIRCRAFT SOL USZA92-98-Q-0026 DUE
091498 POC Jane Sutherlin, Contracting Officer, 910/432-2146 The US
Army Special Operations Command has a requirement to perform
maintenance/repair actions necessary to return two CASA 212 aircraft to
flyable status. 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; no written
solicitation will be issued. Bids are being requested and a written
solicitation will not be issued. This procurement is UNRESTRICTED.
Award will be made on the Best Value to the Government considering FAA
Certification, Past Performance, Price and anticipated completion
date. These factors are in descending order of importance. Price
becomes more important as the rating of the other factors becomes
equal. The cost proposal shall have detailed information as to all
labor requirement(loaded labor rates and number of hours needed for
each category), parts and material costs and any other direct or
indirect charges. This action will be processed on a Time and Materials
Basis utilizing fully loaded labor rates and materials on a cost
reimbursable basis. STATEMENT OF WORK: 1.0. SCOPE. The scope of this
effort to perform those maintenance actions necessary to return two (2)
CASA 212 aircraft to flyable status. The aircraft are currently located
at the RSC Greenville TX facility. The execution of this effort is
planned in two phases. Phase I would include those efforts necessary to
prepare two aircraft for a "one time" ferry flight from Greenville TX
to an appropriate depot facility for the purpose of accomplishing all
maintenance actions required to return the aircraft to flyable status
in accordance with Federal Aviation Administration (FAA) regulations
and CASA 212 maintenance manuals. Phase I also includes flight crews to
ferry the aircraft to the appropriate location. Phase II would be
accomplished at the depot facility required to perform all maintenance
actions to return the two aircraft to "full up" serviceable status
that will include all inspections due within 100 hours or 6 calendar
months and delivery to Fort Bragg, NC Simmons Army Airfield. 1.1.
BACKGROUND. The two CASA-212 aircraft are currently being kept in
"short term" storage at the Raytheon System Company (RSC) Greenville,
Texas facility. The RSC Greenville Division, as the authorized
maintenance activity for these CASA-212 aircraft, has performed ground
engine runs on a monthly basis since October 97. However, no other
maintenance action nor inspections have been accomplished. The
maintenance and inspections requirements for all CASA-212 aircraft are
dictated by Federal Aviation Administration (FAA) procedures and must
be conducted in accordance with (IAW) the CASA-212 commercial
technical publications. 1.2. Aircraft Condition Baseline. A paper
review of the aircraft log books and historical records, identified the
following inspections and maintenance actions as being due or overdue
and must be accomplished to return these aircraft to serviceable status
(see exhibit 1). Inspections known to be due are as follows: CASA-212
(Tail Number 0159) a). Airworthy Directives (ADs) & "A" & "C check"
inspections 1c, 1a, 2a, 3a, and minor corrosion inspection and time
changes. b). Engine Borescope (#2 engine only). c). Propeller
Inspection (both engines). d). Rudder/seat AD. e). Landing Gear
Inspection (both mains & nose gear due). f). Wash & Lube. CASA-212
(Tail Number 0169) a). ADs & "A" & "C check" inspections 1c, 2a, 2c,
4c, 1a, 3a, major corrosion inspection and time changes. b). Engine
Borescope (both engines). c). Rudder/seat AD. d). Landing Gear
Inspection (nose gear due in 18 hrs). e). Wash & Lube. 2.0. APPLICABLE
DOCUMENTATION a) Federal Aviation Administration Federal Aviation
Regulations. b) Engine/Propeller Overhaul Maintenance, and Parts
Manuals. c) CASA 212 Aircraft Overhaul, Maintenance, and Parts Manuals.
3.0. REQUIREMENTS 3.1. The contractor shall be FAR Part 145 Licensed
Repair Station with CASA 212 endorsement. The aircraft and
forms/records shall be made available in Greenville for the purpose of
inspection and evaluation. 3.1.1. The contractor shall perform
maintenance actions to return two CASA 212s aircraft to serviceable
condition, as required by FARS and IAW CASA 212 maintenance program.
All aircraft inspection due within 100 hours or 6 calendar months shall
be completed as part of the SOW airworthiness requirement. 3.1.2. The
Contractor shall provide full maintenance services (special tools,
equipment, parts and materials) required to one time ferry flight to
authorized repair station. The contractor will obtain an FAA permit for
a one time ferry flight to the contractor repair facility. 3.1.3. All
flight operations will be conducted from Greenville TX, to the repair
facility, to Fort Bragg NC, and as required by the vendor. 3.1.4.
Contractor shall, except as otherwise provided herein, be responsible
for providing all personnel, materials, supplies, spare parts,
maintenance services, and support equipment required for performance of
returning two CASA 212 aircraft to Fully serviceable condition and
delivered to Fort Bragg NC, Simmons Army Airfield. The contractor shall
provide the government a list of repair parts as needed to return the
aircraft to serviceable condition and the government shall provide
repair parts, if available. If not available, the Contractor will be
responsible for providing these parts on a direct bill to the contract.
3.1.5. Contractor shall have authority with approval of the Government
Flight Representative (GFR) in deciding all matters directly connected
with flight operations in accordance with the Contractor's operations
and maintenance manuals as amended, revised, or supplemented from time
to time. Said manuals shall be available for inspection at all
reasonable times at the Contractor's principal base. 3.1.6. Flying time
for fixed wing aircraft and all other records of aircraft utilization
required by the FAA shall be recorded. 3.1.7. The personnel provided by
the Contractor in the performance of this contract shall have a current
FAA license to operate the aircraft to which they are assigned.
Contracting officer or his designated representative reserves the right
to review all flight crew personnel records based on background
experience, etc., prior to being approved for assignment to this
contract and the mission on behalf of the Government. 3.1.8. Contractor
is responsible for all costs related to the qualification and
maintenance of proficiency in flight crews for aircraft types normally
utilized in the Contractor's commercial operations. 4.0. QUALITY
ASSURANCE. The contractor shall ensure that parts and materials
utilized in the accomplishment of this effort are as specified in the
appropriate maintenance and parts manuals and conform with standard
aviation industry engineering and manufacturing practices. The
contractor shall assure that processing actions are accomplished IAW
Federal Aviation Administration Regulations. 5.0. DELIVERABLES.. The
contractor shall deliver two CASA 212 aircraft to Fort Bragg, NC
Simmons Army Airfield in a Fully Flyable condition as required by the
SOW. This action is issued as a Request for Proposal (RFP). Invoices
shall be submitted in original and three (3) copies to: Defense Finance
and Accounting Service, PO Box 934450, 2500 Leahy Avenue, Orlando, FL
32893-4400. The provisions at FAR 52.212-1, Instructions to Offerors --
Commercial; 52-212-2, Evaluation -- Commercial Items, 52.212-3, Offeror
Representations and Certifications -- Commercial Items apply to this
requirement; DFARS 252.212.7000, Offeror Representations and
Certifications -- Commercial Items apply to this requirement. The
clauses at FAR 52.212-4, Contract Terms and Conditions -- Commercial
Items; 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items; DFARS 252.212.7001,
Contract Terms and Conditions required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
apply to this requirement. Additionally, within FAR 52.212-5 the
following clauses are applicable: 52.203-6 AI, 52.222-26, 52.222-35,
52.222.36, 52.222.37, 52.225-3,52,225-9, 52.225-18, 52.225-19,
52.225-21, 52.247-64 apply. Copies of all provisions/clauses in full
text will be furnished upon receipt of a written request. The
Government reserves the right to award more than one order if it is the
best interest of the Government. Offerors who can furnish the required
items, may submit, in writing, to include pricing. All responses must
be received within 15 calendar days of the date of this CBD notice
Proposals are to be delivered to US Army Special Operations Command,
ATTN: AOCO, Building E-2929, Room 114, Desert Storm Drive, Fort Bragg,
NC 28307-5200 not later than 1400 hours 14 September 1998. All
responses from responsible sources submitting the required information
will be fully considered. No additional synopsis will be published.
Failure to provide adequate information to reflect compliance with the
specificationsof the required items here in will result in
disqualification. Request for a solicitation will be considered
nonresponsive. FAX proposals will be accepted. FAX questions may be
submitted to 910/432-9345***** Posted 08/25/98 (W-SN241456). (0237) Loren Data Corp. http://www.ld.com (SYN# 0081 19980827\J-0025.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|