COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25, 2001 PSA #2964
SOLICITATIONS
15 -- MD-500 SERIES FUSELAGE SHELLS
- Notice Date
- October 23, 2001
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-AR-Z-A-K Lee Boulevard, Building 401, Fort Eustis, VA, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- USZA95-02-R-0005
- Response Due
- November 7, 2001
- Point of Contact
- Shirley Powell, Contract Specialist, Phone 757-878-5223 xt 248, Fax 757-878-4199, Email spowell@tapo.eustis.army.mil
- Description
- 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. The solicitation number for this requirement is USZA95-02-R-0005, and is issued as a Request For Proposal. The due date is November 07, 2001 NLT 2:00PM est. The requested items are: 3 ea. MD-500 Series Fuselage Shells in accordance with the Statement of Work, as follows:FUSELAGE SHELL,MDI Model 500D, 500E, or 530FF 1.The contractor(s) shall deliver one (1) to three (3) MDI model 500D, 500E, or 530FF fuselage shells, delivered to Raytheon E-Systems, Lexington, KY at the earlist delivery available. The shell may be new or used. The used shell may come from an existing aircraft; however, the dynamic (driveline) components must be removed and shall not be part of this purchase. 2. The shell must consist of the following structural areas:a. turtleback, b.tailboom fairing, c.engine inlet, d. main fuselage structure; 3. The fuselage must not have been subjected to any crash. 4. The contractor shall only deliver shell(s) identified in the schedule and shall MARK FOR: LITTLE BIRD REPAIR. 5. Prior to shipment, the contractor shall remove non-required hardware, e.g., landing gear, flight controls. 6. The contractor shall provide a means of supporting the shell for shipment to the depot suitable to ensure safe arrival. 7. The contractor shall specify in pack/packing documents the disposition of the shell support, i.e.,return or not to be returned to contractor. 8. The contractor shall remove the top engine inlet, and attachment hardware shall be shipped concurrent with the shell. All information can be downloaded from the Interagency Business Opportunities Page (IBOP) website: https://abop.monmouth.army.mil. Contractors must register in IBOP in order to be able to submit a quote. Once registered, there is no requirement to register again. Proposals for this solicitation will be accepted via IBOP or by e-mail(If IBOP is not available on or before due date). The solicitation document, provisions, and clauses are those in effect through Federal Acquisition Circular 97-27. The following provisions and clauses are applicable to this solicitation: 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation -- Commercial Items (as follows: NOTE: The Government reserves the right to award at less than the total quantity solicited, to make multiple awards, and to award to other than the lowest priced offeror. Each fuselage shall quoted will be independently evaluated and contract(s) will be awarded for those fuselages, which based upon the following evaluation criteria represent the best value to the Government. Fuselage Shell Evaluation: 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: 1. Age. 2. Flight hours. 3. Net Cost consisting of condition, configuration, and price Net cost is more important than either the age and flight hours of the fuselage shell, which are of equal importance. =20 TECHNICAL EVALUATION Technical criteria may receive a rating higher than Good. Available ratings are identified below: RATING DESCRIPTION Unacceptable As evaluated, the Offer does not demonstrate compliance=20 with the minimum specification. Good As evaluated, the offer demonstrates compliance with the minimum specification set forth within the solicitation or falls within what has been determined to be the minimum range of acceptability. Superior As evaluated, the offer demonstrates compliance within the=20 mid-range of performance determined for the technical criteria. Exceptional As evaluated, the offer demonstrates compliance within the optimum range of performance determined for the technical criteria. Specification Ranges: 1. Age may range from 0 years old to 25 years. (Note: Convert months to decimal equivalents.) =20 RATING DESCRIPTION Unacceptable greater than 25 years Good greater than 15 to 25 years Superior greater than 5 to 15 years Exceptional 0 to 5 years 2. Flight hours may range from 0 hours to greater than 8000 hours.=20 RATING DESCRIPTION Unacceptable greater than 8000 hours Good greater than 1000 to 8000 hours Superior greater than 500 to 1000 hours Exceptional 0 to 500 hours 3. Net Cost which is more important than technical, will be evaluated for price reasonableness and relative value compared to other factors and shall consist of three independent factors: condition, configuration, and price.=20 A. Condition addresses the overall condition of the shell in the following areas: corrosion, structural soundness, and sheet metal condition. This area will provide the Government an approximate cost of repair in bringing the shell into flyable condition. The Government reserves the right to disqualify any shell from consideration based on the Governments estimate to repair costs. =20 Examples for condition factors: Replacement of the station 124 tailrotor bellcrank bracket =3D $2,524 Tailboom repair =3D $990 Repair tunnel control rod access panel =3D $792 Repair pitot static line =3D $396 B. Configuration will establish a rating on the plus and minus cost features of the shell. (NOTE: No ratings will be given for any dynamic component installed on the shell.) The following examples illustrate the Governments approach: a. The 500D (or 500E) is configured with a Rolls Royce Allison 250-C20B engine. The 530FF is configured with a RRA 250-C30(H) engine. If the shell has C20B engine mounts, a cost rating will be applied, whereas, a zero cost rating will be applied for a shell which has C30 engine mounts. The cost rating will equate to the costs associated with procuring and installing the necessary parts. b. The 500D is configured with a round nose. The 500E and 530FF are configured with a pointed nose. The round nose will receive a zero cost rating whereas the pointed nose will receive a cost rating. c. Cost Examples (parts and labor): C30 engine kit =3D $13,142 Round nose =3D $29, 078 Raised shoulder beam =3D $16,830 C. Price is the offerors unit cost for each of the fuselage shell(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3, Offeror Representations and Certifications -- Commercial Items (to be completed and submitted with offer); 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; 252.212-7000, Offeror Representations and Certifications -- Commercial Items; and 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The Defense Priorities and Allocations System assigned code is D0A1. The associated North American Industry Classification System Code (NAICS) is 336413. The point of contact for this acquisition is Ms. Shirley Powell, (757) 878-5223, x248, E-mail: spowell@tapo.eustis.army.mil.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/ODA/USSOCOM/FortEustisVA/USZA95-02-R-0005/li sting.html)
- Record
- Loren Data Corp. 20011025/15SOL005.HTM (D-296 SN5113L1)
| 15 - Aircraft and Airframe Structural Components Index
|
Issue Index |
Created on October 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|