Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2006 FBO #1550
SOLICITATION NOTICE

15 -- Inspect and repair as necessary P/N 54H60-77 Propeller Assembly, S/N N229843NR

Notice Date
2/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NAAN6000604135CMM
 
Response Due
3/13/2006
 
Archive Date
3/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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 from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, FL intends to inspect and repair as necessary P/N 54H60-77 Propeller Assembly, S/N N229843NR, repack the dome assembly and bench test the propeller for return to service. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. This notice is hereby issued as RFQ No. NAAN6000604135CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb. 2006) (Sections 5, 14, 16, 17, 18, 19, 20, 23, 26, and 31). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), there will be a POC designated to act as the spokesperson for the AOC, 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of this contract will be 30 working days once propeller is received at the selected Contractors facility}. The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors- Commercial Items (Jan. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are located in Section D: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) {The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to solicitation results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: 1) Technical proposal. Must provide written documentation of having accomplished major repair, Inspect and Repair As Necessary (IRAN), and/or overhaul of the 54H60-77 model propeller assembly within the past 30 days; 2) Contractor must submit a copy of FAA Repair Station Certificate, and/or proof of Hamilton Sunstrand Authorized Maintenance Center documentation.; 3) Demonstrate the ability to perform the work requested within the performance period as stated herein; 4) Contractor must submit Proof of Insurance documentation as described herein; 5) The Contractor?s facility must be located within the USA; 6) Contractor must provide documentation of factory trained, A&P technicians on staff; 7) Past Performance on previous Government contracts. Provide a list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment or services that are the same or equal; 8) 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 priced offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.}. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Monday, March 13, 2006. Offers may be faxed to 816-274-6993, Attn: Carey Marlow. In addition to price, offers must include the following: 1) a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2) technical proposal; 3)certification of registration in the Central Contractor Registration database; 4)a proposed delivery schedule; and 5) references for conducting past performance reviews. Price proposal shall provide a breakdown of costs. Prices shall include breakdown of total cost per line and the Grand Total cost. This is a firm fixed price solicitation. DESCRIPTION: Background The propeller has been removed from the #1 position of WP-3D aircraft tail number N42RF located at the AOC, MacDill, AFB, FL. Propeller will be shipped as an assembly on a propeller transportation stand provided by the AOC. Propeller was removed for continued cracking in blade leading edges. Time Since Overhaul (TSO) is 745.0 hours, Time Since New (TSN) is 13594.0 hours. Scope Contractor to be accomplished in four parts: 1. Prospective contractors shall provide a quote for teardown and inspection of the above listed propeller and provide a ?worst case? quote to repair the propeller. 2. The selected contractor will provide within seven (7) working days of receipt of the above propeller, a report to the Contracting Officer (CO), of parts and labor, including the accomplishment of any outstanding Propeller Repair Bulletins (PRB), required to return the assembly to a serviceable, ready for installation condition and recommendations of the most cost effective and advantageous means to accomplish the work. 3. The tear down report and recommendations of the selected contractor will be reviewed by the CO and the Government point of contact to be designated at the time of award. Upon completion of the review, the CO shall provide instructions to the selected contractor on how to proceed with the work. 4. Upon receipt of instructions from the CO, the selected contractor shall provide all necessary special tools, labor, and parts to perform the requested work on the propeller assembly. If any additional discrepancies outside of normal repair criteria are discovered during performance of the work, the selected discrepancies, to include any parts required, labor required, and cost estimate for the additional work. This work will be considered as ?over-and-above? costs {For purposes of this Statement of Work, the term ?over and above? shall mean: ?Item discrepancies discovered during routine scheduled maintenance or during unscheduled maintenance which are not a part of a continuous maintenance program?}. The selected contractor will not proceed with the additional work until approval for the additional work is received from the Contracting Officer. The selected contractor shall accomplish all the work in accordance with the manufacturer?s repair/overhaul manuals and applicable repair station procedures. The selected contractor shall bench test the assemblies for proper performance parameters within the manufacturer?s limits. Propeller will be returned to the AOC on the same transportation stand provided at delivery. Technical Requirements The selected contractor must be a certified FAA Repair Station and/or Authorized Hamilton Sunstrand Service Center covering 54H60-77 propeller type. The selected contractor must have performed and provide written proof of an IRAN, major repair or overhaul on this propeller type within the last 30 calendar days. Upon return to service of the assembly, the contractor shall provide all the proper documentation (i.e., FAA 8130 or equivalent and FAA 337 if required) and make the required entries into the propeller logbook provided with the propeller. Parts, Discounts, and Warranties The selected contractor shall provide all replacement parts, materials, and consumables. However, the Government reserves the right to provide the same, if advantageous, at any time during the contract. The Government will make the final determination on whether new, overhauled, or serviceable parts will be installed in the assemblies. Parts or components in an ?as removed? condition will not be installed in the assemblies. 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 these criteria, bidding maintenance contractors shall provide, in writing, the labor rate they will charge the Government, per hour for ?over-and-above? discrepancies. Secondly, bidding contractors are asked to provide what percent discount off list price for replacement parts will be given. The selected contractor shall provide the AOC with a warranty providing a minimum of one hundred hours flight time or six (6) months from time of installation of the propeller. Period of Performance Due to mission requirements and the limited number of spares possessed by the AOC the selected contractor will be asked for a turn-around time not to exceed 30 working days. Should abnormal requirements and/or circumstances occur which would require an extension of this performance period, the selected contractor should immediately provide documentation to the CO as to the reason and extent of the abnormal requirements and/or circumstances. The selected contractor shall also provide the best estimate of the extension required. Insurance against Loss or Damage to Government Property The selected contractor shall, at its own expense, provide and maintain during the performance of this work a minimum of $150,000.00 of insurance. The policies evidencing 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: a) For such a period as the laws of the State in which this work is to be performed prescribe; or b) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. Delivery Requirements The cost of shipping the propeller to and from the selected contractor facility shall be the responsibility of the Government. Submittal of Invoices The selected contractor shall submit invoices to the designated AOC point of contact at the address shown in block 15 of standard form 1449. All invoices will be reviewed by the designated AOC point of contact to determine if the Government has received the best value for the services provided in accordance with the price schedule. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: TOTAL Line Item #1- Task 1 as described under section titled Scope. $_________________ GRAND TOTAL: $_________________ Labor Rate - per hour for ?over-and-above? discrepancies $_________________ Percent of Discount for replacement parts _________________ 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.
 
Place of Performance
Address: NA
Zip Code: NA
Country: USA
 
Record
SN00991579-W 20060223/060221211707 (fbodaily.com)
 
Source
FedBizOpps 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.