Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
SOLICITATION NOTICE

J -- Provide ?Zero Time? overhauls to two (2) Lycoming IO 540 E1B5 Aircraft Engines.

Notice Date
5/27/2005
 
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
Reference-Number-NAAN6000-5-04179CMM
 
Response Due
6/13/2005
 
Archive Date
6/28/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, FL, to provide ?Zero Time? overhauls to two (2) Lycoming IO 540 E1B5 Aircraft Engines. This constitutes the only Request for Quote (RFQ), written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NAAN6000-5-04179CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03. The line item(s) will be delivered or picked up in accordance with the specifications listed below. The FAR clauses incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr. 2005) (Sections 5, 14,16, 17, 18, 19, 20, 26, and 31), 52.233-4 Applicable Law for Breach of Contract Claim, 52.245-4 Government-Furnished Property (Short Form) (Jun. 2003). The FAR provisions incorporated into this acquisition shall be 52.212-1, Instruction to Offerors ? Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005). FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference: 1352.215-70 Period of Performance (March 2000) {the period of performance of this contract is from June 30, 2005 through September 30, 2006, 1352.228-70 Insurance Coverage (Mar. 2000), 1352.228-72 Deductibles Under Required Insurance Coverage (Mar. 2000), 1352.245-70 Government Furnished Property (Mar. 2000), 1352.252-71 Regulatory Notice (March 2000). Full text of these CAR clauses is available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAMD, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Monday, June 13, 2005. Offers may be faxed to 816-426-5067 Attn: Carey Marlow. In addition to a price quote and Technical material, quotes must include the following: 1) a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2) certification of registration in the Central Contractor Registration database; and 3) Performance references for requirements that are comparable to those stated within. Prices shall include individual unit price and Grand total price. This is a firm fixed price request for quote. BID FORMAT: Provide itemized pricing as follows: Qty/Unit Amount Line Item #0001 ? Zero Time overhaul With current cylinders (Flat Rate) est. 2 jobs per job $___________________ Line Item # 0001B ? Zero Time overhaul With new cylinders (Flat Rate) est. 2 jobs per job $_________________ Line Item # 0002 ? Airframe & Engine Repairs (Shop Rate) per hour $_________________ Line Item # 0002B ? Airframe & Engine Repairs (Over-Time) per hour $__________________ Line Item # 0003 ? New Parts, less _________% of list. Line Item # 0004 ? Overhauled Parts, Cost plus ___________%. Line Item # 0005 ? Supplies and Consumables Less _____________% of total invoice. Line Item # 6 ? Hangar Storage 30 day $____________________ Line Item # 7 ? Remove & replace Engine. (Flat Rate) 2 job $____________________ DELIVERY SCHEDULE: Period of Performance June 30, 2005 through September 30, 2006 (Assuming that the Government will make award by June 30, 2005.) DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. CAR 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government price and other factors considered. The following will be used to evaluate quotations. The following factors shall be used to evaluate offers: 1) Contractor must have overhauled and test ran a Lycoming IO 540 within the past six months; 2) Location of facility were ground run and engine test will be performed; 3) Warranty Information provided; 4) Contractor must have maintained or repaired the same type aircraft within the past six months; 5) Contractor must submit a copy of FAA Repair Station Certificate, or Twin Commander Service Center documentation; 6) The Contractor?s facility must be located within the operational area of the aircraft{within a total of 4 hours flight time from MacDill AFB, FL or approximately 600 miles}; 7) Location of FBO, hangar, overhaul shop, where the contract would be exercised; 8) The Contractor must indicate the discounted percentage off of list price for parts; 9) Contractor must have the capability to supply fuel under pre-existing Government contract; 10) Contractor must have factory trained technicians on staff; 11) Contractor must have a number of work shifts in a 24 hour day (non-overtime). Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest price or to the quote with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government}. DESCRIPTION: The Contractor will provide, or have access to a full service, Fixed Base of Operations (FBO), that can support the Twin Commander 500S aircraft. Labor, materials, equipment, special tools, test cell/stand, 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 airframe maintenance, servicing, inspection, and repair on an as needed basis. Both engines will be ground ran and tested before acceptance. The Government shall be responsible for scheduling all work against this contract. The Government reserves the right to exercise or cancel any part of this agreement. Once the engines/aircraft arrives at the Contractors facility, no work shall begin until AOC has given the approval for such work to begin. Only the work that is being requested shall be done. 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, 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. REQUIREMENTS: Delivery Requirements The engines/aircraft shall arrive at the Contractors facility at the expense of the Government. AOC shall notify the Contractor as soon as the award has been made as to the time of delivery. Government owned parts, equipment, and property shall be returned to the Government. The cost of shipping the returnables, including the overhauled engines, shall be the responsibility of the Contractor. AOC may elect to accept the engines/aircraft at the Contractors facility. Acceptance of the engines off the airframe will be at AOC in Tampa, FL. Insurance against Loss or Damage to Government Property: The Contractor shall, at its own expense, provide and maintain hull liability insurance of not less than $250,000.00 to cover the aircraft on which this work will be performed. Before award of this contract, the Contractor shall provide 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: 1. For such a period as the laws of the State in which this work is to be performed prescribe; Or 2. Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. Parts, Discounts, and Warranties: The Contractor shall provide all replacement parts, materials, and consumables. However, the Government reserves the right to provide the same, if advantageous at anytime during the contract. 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. Secondly, contractors are asked to provide what percent discount off list price for replacement parts will be give. PMA parts are acceptable. The Contractor shall provide the industry standard implied warranty on all products and service. FAA and OEM Certification: Maintenance Contractors must provide proof that the facility performing the required service is an FAA approved repair station for the Lycoming piston engine. Authorization from Twin Commander Aircraft Corporation in Arlington, Washington is preferred, however, not required. Submittal of Invoices: Contractor shall submit invoices to the Aircraft Operations center at the Address shown in Block 15 of the Standard Form 1449. All invoices will be reviewed by the AOC to determine if the Government is receiving the best value for the services which were provided. The contractor shall be required to facsimile a weekly financial progress report on all expenditures that will be invoiced to the Government. This report shall not be the final invoice. However, the format may be the same. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS.
 
Place of Performance
Address: NOAA Aircraft Operations Center, 7917 Hangar Loop Drive, Hangar 5, MacDill AFB, FL 33621
Zip Code: 33621
Country: USA
 
Record
SN00817515-W 20050529/050528093048 (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.