Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

J -- Maintenance and upgrade of NOAA Gulfstream G-IV aircraft.

Notice Date
12/3/2003
 
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
Reference-Number-NAAN6000-4-01076WB
 
Response Due
1/30/2004
 
Point of Contact
William Becker, Acquisitions Branch Chief, Phone (816) 426-6823, Fax (816) 426-7530, - Sharon Walker, Contract Specialist, Phone 816) 426-7267x241, Fax 816) 426-7530,
 
E-Mail Address
william.j.becker@noaa.gov, sharon.walker@noaa.gov
 
Description
The National Oceanic and Atmospheric Administration's (NOAA's) Aircraft Operations Center (AOC) operates, maintains, and modifies a Gulfstream IVSP (G-IV) high altitude jet for a variety of weather observation missions. The aircraft is Serial Number 1246 and Federal Aviation Administration (FAA) Registration Number N49RF. The aircraft has mission and project requirements that limit its availability for required maintenance and desired upgrades. Because of this limited availability, the following tasks must be accomplished concurrently. Mandatory Items: These items are to be accomplished during the aircraft availability timeframe of approximately April 1-May 28, 2004. CLIN 1) Operations-2 Inspection Package - Perform approximately 100 inspection and/or test items in accordance with the manufacturer's maintenance program. The Contractor shall furnish all labor, materials, equipment, and parts necessary to perform the items that will be listed in the Statement of Work. CLIN 2) Calendar and Hourly Due List Items and Airworthiness Directives - Perform approximately 85 inspection, test, and servicing tasks to be accomplished in accordance with the manufacturer's maintenance program and applicable Airworthiness Directives. The Contractor shall furnish all labor, materials, equipment, and parts necessary to perform the items that will be listed in the Statement of Work. CLIN 3) Engine midlife maintenance - Remove and reinstall both engines in accordance with Rolls Royce 10-year Engine Midlife Inspection requirements. Actual mid-life inspection and repair will be provided under a separate contract with an engine inspection facility to be determined. Option Items: These items are to be accomplished during the aircraft availability timeframe if exercised. Notification of the Government's decision to exercise one or more of the following options will be given at the time of Contract award. CLIN 4) Installation of an L3 (formerly Goodrich) GH-3000 (or latest version) Electronic Standby Instrument System. CLIN 5) Installation of a MAG-3000 magnetometer. CLIN 6) Replacement of existing Honeywell CD-810 Flight Management System Control/Display Units (CDU's) with Honeywell CD-820 CDU's (2 each). CLIN 7) Installation of a Honeywell Airborne Flight Information System (AFIS) with interfaces to existing VHF and satellite communications (Satcom) systems. CLIN 8) Installation of a Honeywell Heads-up Display #2020 per Honeywell installation instructions and Gulfstream Aerospace Corporation (Gulfstream) guidelines. CLIN 9) Installation of a Honeywell Enhanced Ground Proximity Warning System (EGPWS) per Honeywell installation instructions and Gulfstream guidelines. CLIN 10) Refurbishment of cockpit crew seats by replacing filling and covers with Ipeco cushion material and leather covering with sheepskin inserts. CLIN 11) Replacement of existing Satcom System - Remove the existing radio telephone (Flightfone FF800), satellite (Honeywell MCS-3000), and Personal Communication (Wulfsburg PCS) systems. Install replacement Satcom system - a Thrane & Thrane Aero-HSD+ Inmarsat Aero-H/Swift64 system. CLIN12) Installation of a Government Furnished Aircell ST3100 Iridium Satcom system. The aircraft is already equipped with compatible antenna systems for each Satcom system. CLIN 13) Replacement of existing scientific data networks - Remove existing network wiring. Install multiple copper and fiber networks to 13 stations. Mount and wire network hubs. Install external blade antenna for wireless LAN connection. CLIN 14) Modify scientific power wiring as identified in the solicitation. CLIN 15) Remove unused scientific digital cabling. CLIN 16) Installation of a downward-looking GPS antenna and internal cable. The contractor shall provide all inspections, maintenance, repairs, modifications, engine removal, and engine reinstallation at its own facility. Government personnel will fly the aircraft to and from the contractor's facility. Modifications requiring Gulfstream Aircraft Service Changes (ASC), Customer Bulletins (CB), and Airworthiness Directives (AD) will be done in accordance with all Gulfstream FAA publications. The contractor shall be responsible for all documentation and log book entries. The contractor shall make all modifications and installations fully functional. The contractor shall be responsible for obtaining all necessary FAA certifications (STC and/or field approval [8110-3/337]). The contractor shall possess a current FAA Flight Station Certificate for this aircraft. The contractor shall carry aircraft hull insurance for the full value of the aircraft the entire time that it is under the contractor's control and custody. This will be a best value commercial item acquisition conducted under Federal Acquisition Regulation (FAR) Part 12. The evaluation criteria applicable to this acquisition are presented in descending order of importance: The National Oceanic and Atmospheric Administration's (NOAA's) Aircraft Operations Center (AOC) operates, maintains and modifies a Gulfstream-IVSP (G-IV) high altitude jet for a variety of weather observation missions. The aircraft is Serial Number 1246 and Federal Aviation Administration (FAA) Registration Number N49RF. The aircraft is ten years old and requires midlife inspections and maintenance on its two Rolls Royce TAY 611-8 engines. The aircraft and engines currently have approximately 2500 hours total time and 950 cycles since new. The engines are original equipment installed in 1994. This procurement requirement is for 10-year midlife inspection, maintenance, repair, and modification on two TAY 611-8 aircraft engines, Serial Numbers 16610 and 16613. Rolls Royce Engine Midlife Inspections are to be accomplished in accordance with the Statement of Work (SOW) and all applicable Rolls Royce procedures. The engines will be removed from the aircraft by another facility and shipped to the Contractor on or about April 15, 2004. All inspections and maintenance shall be completed within 45 days after engine delivery. Upon completion, the engines will be shipped back to the originating aircraft facility for reinstallation. The contractor shall be responsible for all documentation and log book entries. The contractor shall make all modifications and installations fully functional. The contractor must be able to provide all scheduled items at the same facility and at the same time, or at a place and time pre-approved by the AOC. The contractor shall be responsible for obtaining all necessary FAA certifications. The contractor shall possess a current FAA Repair Station Certificate for this engine. The contractor must present documentation to verify that it is authorized by Rolls Royce to perform Service Bulletin (SB), Airworthiness Directive (AD), major modification, and warranty work, as required, on these engines. The contractor shall carry a total of $8,000,000.00 total in insurance for the two engines the entire time that the engines are under the contractor's control and custody and in transit between the contractor's plant and the originating aircraft facility. This will be a best value commercial item acquisition conducted under Federal Acquisition Regulation (FAR) Part 12. The following minimum qualifications apply to this action: 1) Offerors must have the G-IV SP aircraft on their FAA Repair Station Certificate. 2) G-IV SP Serial Number 1246 must be insured against loss or damage for $50.0 million for the time the aircraft is at the contractor's facility. 3) Offerors must submit documentation to verify that they are authorized by Gulfstream to perform ASC, CB, major modifications, and warranty work as required. 4) Offerors must be able to provide (bid on) all scheduled items at the same facility, and at the same time, or at a place and time pre-approved by the AOC. The evaluation criteria applicable to this acquisition are presented in descending order of importance: 1) The number of G-IV SP aircraft on which the contractor has successfully performed similar (Operations Package-2 and Calendar/Hourly) maintenance in the past 12 months. 2) Offeror's past performance on G-IV aircraft maintenance. 3) The number of similar aftermarket avionics installations (Heads-Up display, ESIS, AFIS, and Satcom) which the offeror has successfully completed in the past 12 months. 4) Offeror's understanding of and plan for the network and other scientific modifications. In evaluating offers, technical and price considerations of approximately equal importance. In evaluating total price to the government, the roundtrip cost of ferrying the aircraft to the contractor's facility and return, providing lodging and per diem for the crew while in transit, and roundtrip coach fare for the crew from the contractor's facility to AOC (Tampa, Florida) and return shall be added to each offeror's proposed price. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 20-FEB-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/CASC/Reference-Number-NAAN6000-4-01076WB/listing.html)
 
Record
SN00527321-F 20040222/040220232621 (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.