Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

J -- UPGRADES TO TWIN OTTER AIRCRAFT

Notice Date
5/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
WC1330-04-RP-0025MLW
 
Response Due
6/7/2004
 
Archive Date
6/22/2004
 
Point of Contact
Mamie Wandick, Contract Specialist, Phone (816) 426-7267 xt 237, Fax (816) 426-7530,
 
E-Mail Address
mamie.l.wandick@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U. S. Department of Commerce, Aircraft Operations Center, intends to procure aircraft maintenance services to perform the required upgrades to three of the NOAA Twin Otter aircraft. There are specific requirements for each aircraft such as the following: Aircraft N46RF work shall include replacing existing Garmin GNS-530 with GNS-530A model, replacing MX-20 MFD with KMD-850 MFD, installing class B TAWS system; Aircraft N48RF work shall include Audio Control and Intercommunication System (ICS), Iridium Satellite phone installation, Wulfsberg FlexcommII multi-band radio installation, Installation of 406 MHz ELT, Installation of Garmin GNS-530A and GNS-530 units, Installation of GAD-42 interface units, Installation of Class B TAWS system, Installation of KMD-850 MFD, Installation of Shadin FADC-2000; Aircraft N57RF work shall include replacement of existing Garmin GNS-530 wit GNS-530A model, Installation of Class B TAWS system, Installation of Shadin FADC-2000, Installation of Collins APS-65 Autopilot system. The Contractor shall provide all inspections, maintenance, repairs, and /or modifications, as required by the contract items. Modifications shall be done in accordance with all DeHavilland DHC-6 and Federal Aviation Administration (FAA) publications. All materials used shall meet DeHavilland and/or FAA requirements for flammability and structural integrity as applicable. Kapton^tm insulated wiring shall not be used for any new installation. The Contractor shall be responsible for all logbook entries. To the extent required by the FAA, all personnel performing work under this contract shall possess proper certification and training. A list of discrepancies from the inspections and optional work will be forwarded to the AOC Maintenance Officer and the Contracting Officer?s Technical Representative (COTR). Resolution of discrepancies shall be accomplished on a time-and-materials basis. The replacement parts pricing arrangements and fully-loaded hourly labor rate established by Contractor?s bid shall apply to all discrepancy resolutions and other over-and-above efforts resulting from the inspections, tests, and modifications performed. The Contractor shall provide all documentation, including operating and maintenance manuals, wiring diagrams, and FAA certification documentation for each new or replacement avionics and scientific system installation. For installations involving new units or components requiring mounting space, the Contractor shall present a proposed location to the Government for approval prior to the start of the installation. The Contractor shall obtain FAA certification (Supplemental Type Certification [STC] or field approval [8110-3/337]) as necessary for all modifications. The Contractor shall obtain FAA authorization to return the aircraft to service following completion of this effort. The Government shall retain the right to use all Intellectual Property developed in the performance of this contract for any purpose deemed appropriate by the Government, in accordance with the referenced Federal Acquisition Regulation 52.227-14, Rights in Data ? General. All items provided by the Contractor shall either be new or overhauled and shall be properly tagged in conformance with FAA regulations. The Contractor shall obtain instructions from the AOC Maintenance Officer or COTR regarding disposition of non-exchangeable items. A post-award conference and design review will be held at the Contractor?s facility within two weeks after award. It is expected that it will last approximately two days. The Contractor shall provide a copy of all proposed drawings and specifications to the Government prior to the conference. Government Furnished Information shall include the existing drawings for N46RF, N48RF, and N57RF which are applicable to the current configuration of systems related to or affected by the modifications to be done on the aircraft. Work shall be performed on one aircraft at a time. Scheduling will be arranged between the Contractor and the Aircraft Operations Center. The period of performance is for a one year period after award. The place of performance shall be at the Contractor?s facility. The Contractor shall provide Hull and Liability Insurance in the amount of $1,900,000.00. The following evaluation criteria shall apply to this acquisition: Value to the Government; Experience with Similar Installations within the past six months; Time required for Completion of Work; Proximity to NOAA AOC location; Number of Collins APS-65 Autopilot installations and dates of completion; FAA Repair Station Certificate; Amount of Discount off list parts; Over-and-Above Labor. Evaluation criteria is listed in descending order of importance with Value to the Government being almost half of the total percentage points; Experience, Time of Completion and Proximity are the next important; The remaining items are equal to each other in importance, but are least important of all items. The Government intends to award a firm-fixed price contract. This is a total small business set-aside. NAICS code 811310 applies. The small business size standard is $6.0 million. The Government intends to award a firm-fixed price contract. Solicitation Number WC1330-04-RP-0025 will be available on or about June 7, 2004. All responsible sources may submit a bid which shall be considered by the agency. The Central Administrative Support Center, Acquisitions Management Division, requires that all contractors doing business with this Acquisitions Office must be registered with the Central Contractor Registry (CCR). No award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register in CCR and to be eligible to receive an award from this acquisition office, all bidders must have a Dun and Bradstreet number. A Dun and Bradstreet on-line at http://www.dnb.com/product/equpdate/requiredOtpions.thml or by phone at (800) 333-0505. All requests for bid documents must be in writing. Requests may be faxed to (816) 426-7530, Attn: Mamie L. Wandick.
 
Place of Performance
Address: MACDILL AFB, FLORIDA
Country: UNITED STATES OF AMERICA
 
Record
SN00589339-W 20040522/040520211716 (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  © 1994-2020, Loren Data Corp.