Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2002 FBO #0311
SOLICITATION NOTICE

J -- J-Maintenance of Turbo Commander

Notice Date
10/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NAAN600304002JD
 
Archive Date
11/28/2002
 
Point of Contact
Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530, - Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530,
 
E-Mail Address
joseph.d.dfelio@noaa.gov, joseph.d.dfelio@noaa.gov
 
Description
The National Oceanic and Atmospheric Administration's (NOAA) Turbo Commander model AC-690A, serial number 11153, FAA registration N53RF requires full maintenance support for the upcoming year. The aircraft's primary mission is as a survey platform for the National Weather Service's, National Operational Hydrologic Remote Sensing Center in Chanhassen Minnesota. Maintenance shall require the contractor to ensure minimal "out of service" or "down time" during the months of February, March, and April. The airframe has 11,300 hours since new and engines have 2800 hours since overhaul. The aircraft meets the FAA Type Certificate Data Sheet No. 2A4. NOAA's Aircraft Operations Center (AOC) in Tampa, Florida manages the aircraft, which is operated under Part 91 of the Federal Aviation Regulations. The contractor's facility must be located within the operational area of the aircraft (North Central area of the United States). The contractor shall provide a full service, Fixed Base of Operations (FBO) that can support the Twin Commander aircraft. Labor, materials, equipment, special tools and facilities shall be located at the FBO to provide the Government with the most cost effective support package. The contractor/FBO shall provide, flight crew amenities, scheduled and un-scheduled maintenance, avionics, paint and interior, servicing, inspection and repair on an as needed basis. The Government shall be responsible for scheduling all work against this contract. Once the aircraft arrives at the Contractor's facility, no work shall begin until AOC has given approval for such work to begin. Any additional work or discrepancies must have prior approval from AOC. The contractor shall provide a list of discrepancies/tear down inspection report to AOC. The report shall include the extent of the inspection, condition found on all major components, outstanding service bulletins and airworthiness directives that must be complied with, and any recommendations for maintenance that would prevent future failures if applicable. The contractor will be responsible for all, FAA and AOC required, documentation to include, but not limited to, approval for return to service. A government flight crew shall fly the aircraft to the contractor's facility. AOC and/or the flight crew shall notify the contractor as soon as the need for service, inspection, and repair has been identified. If requested, all scheduled events and required services will be brought to the contractor's attention before award of the contract. Government owned parts, equipment, and property shall be returned to the Government. The cost of shipping the returnables shall be the responsibility of the Government. The Contractor shall, at its own expense, provide and maintain hull liability insurance of not less than $100,000.00 to cover the aircraft on which this work will be performed. Before award of this contract, the contractor shall provide to the contracting officer written documentation that the required insurance has been obtained. The policies evidencing the required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective for such a period as the laws of the State in which this work is to be performed prescribe or until 30 days after the insurer or the Contractor gives written notice to the contracting officer, whichever period is longer. The contractor shall provide all replacement parts, materials, and consumables. The Government reserves the right to provide the same, if advantageous at any time during the contract period. The Government will make the final determination on whether new, new surplus, overhauled, repaired, or serviceable parts will be installed on the aircraft. Parts and components in an "as removed" status will not be installed on the aircraft. Any part or component that has not reached its recommended service life but fails inspection and needs to be replaced will be treated as an over and above. Since the government cannot determine which parts or components, if any, meet this criteria, maintenance contractors shall provide the Labor rate they will charge the government, per hour for "over and above" discrepancies. PMA parts are acceptable. The Contractor shall provide the industry standard implied warranty on all products and services. Contractors must provide proof that the facility performing the required services is an FAA approved repair station for the Twin Commander class aircraft, engines, accessories, and avionics. Authorization from Twin Commander Aircraft Corporation in Arlington, Washington is not required. Offerors will be required to: demonstrate that they have maintained or repaired the same model aircraft within the past six months, submit a copy of FAA Repair Station Certificate or Twin Commander Service Center documentation, submit proof of insurance documentation, supply fuel under a pre-existing Government contract, have factory trained technicians on staff, and show the number of work shifts in a 24 hour day (non-over-time).
 
Record
SN00183563-W 20021009/021007213259 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.