United States - F138-GE-100 Depot Maintenance

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
20 May 2019
Opportunity publication date
26 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 19, 2019 3:48 pm

Request for Proposal (RFP), FA812419R0002, is hereby issued.
(1) Action Code.
Solicitation | Competitive

(2) Date.
April 19th

(3) Year.
2019
(4) Contracting Officer Zip Code.
73145
(5) Product or Service Code.
J028
(6) Contracting Office Address.
3001 Staff Drive | 2AA2 103C
Tinker AFB, OK 73145
(7) Subject.
F138 Program Management and Sustaining Engineering
(8) Proposed Solicitation Number.
FA812419R0002
(9) Closing Response Date.
20 May 2019, 5:30pm Central
(10) Contact Point or Contracting Officer.
Primary Point of Contact
Preston Nunemaker
Contracting Officer
405.734.6108
preston.nunemaker@us.af.mil

Alternate Point of Contact
Jane (Nita) Kracke
Contract Specialist (Buyer)
405.736.2838
jane.kracke.2@us.af.mil
(11) Anticipated Solicitation Number and Contract Award Number.
FA812419R0002/FA812419D00**
(12) Contract Award Dollar Amount.
TBD
(13) Line Item Number.
See attachments
(14) Contract Award Date.
TBD
(15) Contractor.
Competitively established
(16) Description.
The purpose is to establish a F138-GE-100 (CF6-802C-L1F) military variant engine depot-level maintenance sustainment support contract for the engine and its components, hereunder referred to as F138. The Contractor shall furnish to the United States Air Force (USAF) the labor and material necessary to accomplish sustainment support functions to overhaul and/or repair the F138 engines and components (referred to as Line Replaceable Units (LRUs)). The engine shall be built up in a complete Ready For Issue (RFI) power-plant package configuration (does not include thrust reverser, fan, or core cowls), tested and ready for immediate installation and use on the C-5M Aircraft. LRUs shall be returned in serviceable RFI status for field ordering and installation. Contract efforts also include depot maintenance of all F138 contract warranty and non-warranty items, transition support (including data required to support) for both phase-in and phase-out activities, Over & Above (O&A) work outside of normal Contract Line Item Number (CLIN) defined scope, travel, data deliverables, and systems reporting to support the F138 military variant engine program.

Maintenance actions shall be conducted in accordance with (IAW) Engine Service Manuals (ESMs) for the engine and Quick Engine Change (QEC) and Component Maintenance Manuals (CMM) for the LRUs, Service Bulletins (SBs), Airworthiness Directives (ADs), 14 CFR Part 145 Federal Aviation Administration (FAA) certification requirements, USAF Time Compliance Technical Orders (TCTOs), and USAF / commercial best practices. The maintenance performed under this contract is anticipated to be On Condition Maintenance (OCM) for any end item generation (whole engine or LRU). For this effort OCM is defined as the disassembly to the extent necessary to determine condition of components, inspection, restoration or replacement of unserviceable exposed parts, reassembling, testing and adjustment of an item as necessitated and instructed by an item's governing technical data / maintenance manuals / SBs, and FAA requirements or equivalent to provide a serviceable item that is restored to a normal operating condition. The Contractor must obtain a Technical Data License agreement for the Original Equipment Manufacturer for the repair items or arrange a sub-contracting agreement with a party that contains the required OEM Technical Data License in order to perform the repair requirements of this PWS.

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.

Other Details:
--NAICS: 336412
--Size Standard: 1500
--CLINs:
0001: Transition Phase-In
X002: Receiving Inspection &Teardown Evaluation
X003: Incoming Evaluation Test
X004: Whole Engine Maintenance
X005 thru X190 LRU Engine Maintenance
X191: O&A Labor & Material
X192: Data
X193: Travel
--52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Details are attached hereto.
--52.212-2, Evaluation-Commercial Items, is used, the specific evaluation criteria may be found in the attached document.
--52.212-3, Offeror Representations and Certifications-Commercial Items, is incorporated. Offerors shall include a completed copy of the provision with their proposal.
--52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition
--52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items, applies to this acquisition
--Please review all the attachments for further details/instructions
(17) Place of Contract Performance.
Tinker AFB
(18) Set-aside Status.
Unrestricted
The Government reserves the right to award no contract at all, depending on the quality of proposals submitted, the availability of funds, or for the Government's convenience. Proposal preparation/bidding costs will not be reimbursed.

Opportunity closing date
20 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force PK/PZ Tinker AFB United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?