Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

15 -- Light Utility Aircraft

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520
 
ZIP Code
20520
 
Solicitation Number
INL-0110-493001
 
Response Due
6/25/2004
 
Archive Date
7/10/2004
 
Point of Contact
Mary Pat Hayes-Crow, Logistics Management Specialist, Phone 2027768373, Fax 2027768775, - Mary Pat Hayes-Crow, Logistics Management Specialist, Phone 2027768373, Fax 2027768775,
 
E-Mail Address
hayes-crowmp2@state.gov, hayes-crowmp2@state.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared per the format in Subpart 12, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ), no.INL 0110-493001. The Government intends to award a firm, fixed price purchase order for 1 (one) each light utility aircraft. The following Provisions and Clauses are incorporated into this RFQ by reference and are in effect through Federal Acquisition Circular 97-27. No addenda apply to these Provisions and Clauses. FAR 52.212-1, Instructions to Offerors ? Commercial Items, FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items, FAR 52.212-4 Contract Terms and Conditions ? Commercial Items, FAR 52-212-5, Contract Terms and conditions required to Implement Statutes or Executive Orders-Commercial Items. No additional FAR clauses apply. The Government intends to award a firm, fixed price contract. Specifications: The U.S. Embassy, Bogota, Colombia has a requirement for the following: STATEMENT OF WORK/SPECIFICATION (a) PURPOSE: The Bureau for International Narcotics and Law Enforcement Affairs, U.S. Department of State has a requirement for one single engine, high wing observation/utility airplane (Cessna Grand Caravan 208 or equal). Only new aircraft will be accepted. (b) SCOPE OF WORK: The airplane shall have seating installation (14 place commuter) (crew 4 RH bench, 4 LH single). Said aircraft must operate from both forward operating base locations under primitive conditions and from international airports with instrument only approaches. The aircraft will also be required to fly over rugged mountainous terrain that necessitates optimum climb and performance at high density altitudes. (c) TECHNICAL REQUIREMENTS: (i) The aircraft shall be of new manufacture and shall be certified by the Federal Aviation Administration. (ii) The aircraft shall be free and clear of all liens. (iii) The aircraft shall be unused models that meet the minimum specifications listed in (d) below. (iv) The aircraft shall not have more than 25 airframe hours since manufacture. (V) The aircraft engine shall have 100% time remaining before overhaul/replacement (vi) The aircraft shall have 100% time remaining before overhaul/replacement on all aircraft components tracked by hour. (vii) The aircraft shall be certified for instrument flight. (viii)The aircraft shall not have been involved in any accident that required any structural repairs. (ix) The aircraft shall have been maintained in accordance with 14 CFR, Part 43. (x) The aircraft shall be equipped with a 300 ampere starter-generator system. (d) AIRCRAFT SPECIFICATIONS: The aircraft shall meet the following minimum requirements upon delivery: (i) Capability - Max Takeoff Weight - 8750 lbs Empty Weight - 4968 lbs Max passengers - 12 Fuel weight (max) 2244 lbs. Fuel consumption - 300 lbs/hr Cruise speed - 140 knots Max flight (no passengers) - 7 hours (ii) Normal Mission Profile ? Empty weight: 4968 lbs fuel (3.3 hrs. flight time) = 462 NM range 100 lbs 11 passengers @ 200 lbs/pax or equivalent cargo: 2200 lbs crew weight: 510 lbs Total 8678 lbs (iii) Avionics and Navigation System (all systems shall be fully operational)? King Silver Crown avionics package or equivalent Automatic flight control system Basic IFR instrument package and full de-ice system Dual flight controls Dual instrument panels Night Vision Goggle Compatible cockpit/instruments VHF-FM Command and Control Radio HF Communications Radio (iv) Side cargo door Cargo door remove kit (vented spoiler for operation w/o cargo door) Cargo POD Cargo door tie down fittings installed, 100 lb. Rating Net, partition, cargo area Net, partition, baggage area (v) Engine ( Single engine) The engine shall be Pratt and Whitney PT6A-114A Turbine engine certified to use all available horsepower, and there shall be no mandatory Service Bulletins or Airworthiness Directives due or overdue at time of delivery. (vi) Air conditioning (vii) 14 place oxygen system (viii) Deice System certified for flight in icing conditions (viiii) Service Bulletins and Airworthiness Directives - There shall be no overdue mandatory Aircraft Service Bulletins, Airworthiness Directives, mandatory Customer Bulletins, or Alert Customer Bulletins outstanding at time of delivery. (viii) Standard Emergency Equipment - Fire bottles, crash ax and first aid kits (e) DOCUMENTATION: Log Books and Records, the complete records of the aircraft history and engine with respect to maintenance and modifications, shall be provided. The aircraft shall be delivered with the following documentation: A complete set of up-to-date manuals including weight and balance, minimum equipment list, flight manual, maintenance manuals, illustrated parts breakdown manuals, inspection guides, drawings, and wiring diagrams. (f) WARRANTY: The contractor shall provide a one-year warranty on the aircraft and all installed equipment. (g) PAINT: The color of the aircraft is to be "Allover Matterhorn white" with Colombian registry. (h) TRAINING: The contractor shall provide aircraft qualification training for two full crews (4 pilots and 2 mechanics). This training shall be included in the as a separate line item. (i) OPTIONAL EQUIPMENT 1. The contractor shall provide, as an option, a list and pricing for a standard package of spares for two years' maintenance in accordance with manufacturer's maintenance recommendation. The contractor may price additional recommended optional equipment for the aircraft for the Government's consideration. Optional equipment may or may not be included in award. 2. If not included in the standard package, the contractor shall price as optional equipment the following: Exhaust Deflector -- to direct exhaust from undercarriage of aircraft (k) DELIVERY: All items shall be priced FOB contractor's facility. The contractor will be responsible for obtaining all required licenses and export documentation. The contractor shall price in the cost of ferrying the aircraft, after inspection and acceptance by the Government at the contractor facility, to Bogota, Colombia. (2) 52.212-2 Evaluation ? Commercial Items (Jan 1999)- (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The evaluation factors used in this solicitation will be rated acceptable/unacceptable. An unacceptable rating on any factor will be cause to remove the offeror from further consideration. All technically acceptable, responsible offerors will be placed in the competitive range and total price will be the deciding factor. The following is a breakout of the evaluation factors: (i) Ability to meet Statement of Work/Specification requirements. Provide a technical description of the aircraft being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. Each offeror shall provide sufficient data to substantiate the offerors' ability to meet all requirements of the Statement of Work/Specification. The offer shall provide evidence of clear title to each aircraft and the ability to obtain a release of any secured title. (ii) Documentation verifying that each aircraft is new. (iii) Ability to provide most expedited delivery of aircraft. (b) Aircraft Inspection. The Government reserves the right to inspect the aircraft and records if deemed necessary by the Government. The aircraft and its records shall therefore be made available for inspection in the continental United States at the contractor?s facility so that the Government may perform inspection(s) and then have the ability to accept. The offeror and the Government shall agree upon the site and time. All travel expenses for Government personnel shall be at the expense of the Government. All travel by the offeror shall be at the offeror?s expense. As required by the Statement of Work/Specification, the aircraft shall be fully operational and airworthy, and certified by the Federal Aviation Administration. (c) 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. Offerors shall state their standard warranty they offer in their response to the RFQ. Point of Contact is Mary Pat Hayes-Crow, Contracting Officer, 202-776-8373; email: Hayes-CrowMP2@state.gov. This RFQ closes at 1600 hours ET, 25 June 2004.
 
Record
SN00591955-W 20040527/040525211916 (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.