Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

15 -- EXCHANGE ROLLS-ROYCE T56-A-14 AIRCRAFT ENGINES for AOC/NOAA

Notice Date
3/14/2006
 
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-NAAN6000604140RFA
 
Response Due
3/30/2006
 
Archive Date
4/14/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included with this announcement. This is a solicitation for the U.S. Department of Commerce(DOC),National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC),MacDill AFB,Tampa, FL., which is being issued for the purpose of identifying a qualified vendor to provide an exchange of four (4) Rolls-Royce T56-A-14 engines for one(1)ready for installation Rolls Royce T56-A-14 engine and two (2)ready for installation Pratt & Whitney PT6A-27 engines. This combined synopsis notice constitutes the only Request For Proposal (RFP) and a written RFP will not be issued. This notice is hereby issued as RFP No. NAAN6000604140RFA. This is an unrestricted solicitation with full and open competition. This RFP and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular(FAC)2005-08. Signed and dated proposals must be submitted to the U. S. Department of Commerce, National Oceanic and Atmospheric Administration, Central Region Acquisition Division, Attn: Ron Anielak, 601 East 12th Street,Rm.1756, Kansas City, Missouri 64106. Proposals must be received on or before 2:00 p.m.March 30, 2006. Proposals may be faxed to 816-274-6993 - Attn: Ron Anielak/ NAAN6000604140RFA. Offeror?s sending a proposal via fax must follow up with one (1) originally signed proposal and two(2)additional copies in the mail postmarked no later than March 30, 2006. Statement of Work/Specifications A.1 Introduction: The U.S.Department of Commerce(DOC),National Oceanic and Atmospheric Administration(NOAA),Aircraft Operations Center (AOC),MacDill AFB,Florida, intends to exchange four T56-A-14 engines in ?as is? condition with complete logbooks for one, 0.0 hour(all modules) Time Since Overhaul (TSO)T56-A-14 engine in ?Ready for Installation?(RFI) condition with logbooks and two,overhauled to zero time PT6A-27 engines with logbooks. A.2 Background: The National Oceanic and Atmospheric Administration (NOAA) operate two Lockheed WP-3D aircraft designated for atmospheric research. Four Rolls-Royce T56-A-14 engines power each WP-3D. NOAA also operates a fleet of four DeHavilland DHC-6-300 Twin Otter aircraft. These aircraft use the Pratt and Whitney PT6A-27 engine. Currently, NOAA has two spare, RFI T56-A-14 engines. With the projected acquisition of a third P-3C, NOAA anticipates the requirement for one additional spare,0.0 hour Time Since Overhaul(TSO),RFI T56-A-14 engine. Additionally, NOAA does not have any spare zero time engines for the fleet of Twin Otters. With the ever increasing amount of annual flight hours flown by these aircraft,it would be in NOAA?s best interest to have two spare,0.0 hour TSO PT6A-27 engines. The NOAA AOC in Tampa, Florida,manages these aircraft. A.3 Scope: Engines to be exchanged are as follows: -T56-A-14 serial number 0TH9044 with 14,804.5 hrs Time Since New (TSN) -T56-A-14 serial number 0TH8010 with 15,209.3 hrs TSN. -T56-A-14 serial number 0TH8000 with 16,429.0 hrs TSN. -T56-A-14 serial number 0TH4515 with 20,295.3 hrs TSN. a.Engines are in ?as removed? condition, but were in operable condition when removed from the aircraft. b.All of the above engines are in the Quick Engine Exchange (QEC),presently installed on wood frame transportation stands and wrapped. Engines have been in this state of storage since October of 2004. c.This will be an outright exchange of physical assets agreed upon between the Government and prospective contractor. The value of the transaction is based solely on the intrinsic value of the assets being exchanged to both the Government and the prospective contractor. d.Upon receipt of the four T56-A-14 engines listed above, the prospective contractor shall agree to: 1.Provide to NOAA one, 0.0 hour TSO (all modules) T56-A-14 turboprop engine with a complete and properly documented logbook, an Federal Aviation Administration (FAA) Form 8130 (or equivalent) returning the engine to service (RFI condition) including the refurbishment of the QEC, and completion of all outstanding Airworthiness Directives (AD) and/or Service Bulletins (SB). The engine shall have received a post-maintenance test cell run. Engine break-in and run criteria shall be recorded in accordance with manufacturer?s maintenance instruction manuals and provided to NOAA. Recorded readings shall meet all parameters set forth in the manufacturer?s maintenance instruction manuals. Engine shall have an efficiency rating of no less than 100%. Engine shall be preserved for a minimum of 180 days of storage. The contractor will satisfy the provisions of paragraph (A.3.d.1) by performing one of the following options: Option 1:The contractor may elect to overhaul to 0.0 hours TSO all modules (Reduction Gearbox, Torque meter, Compressor, and Turbine),to include refurbishing the QEC, of engine serial number 0TH9044 and return it to service in accordance with the requirements of paragraph (A.3.d.1).If the contractor elects this option, the work shall be performed by a FAA Repair Station and/or Rolls Royce Maintenance Center authorized for overhaul/repair of this engine type. All outstanding ADs and/or SBs shall be complied with. The contractor agrees to return the engine to NOAA in RFI condition within 90 working days of receipt. The contractor shall provide or ensure repair facility will provide all necessary special tools, labor, components, and parts to perform the work on the engine or: Option 2: Within 15 working days,the contractor may return to NOAA one,0.0 hour TSO (all modules)T56-A-14 engine, which was overhauled and repaired at a FAA Repair Station and/or Rolls Royce Service Center authorized for overhaul/repair of this engine type in compliance with the provisions of paragraph (A.3.d.1). The T56-A-14 engine shall be mounted in a refurbished QEC. 2.Provide to NOAA within 15 working days two,0.0 hour TSO Pratt & Whitney PT6A-27 turboshaft engines with complete and properly documented logbooks and an FAA Form 8130 returning the engines to service. All outstanding ADs and/or SBs shall have been complied with. The return to service shall have been accomplished by a FAA Repair Station and/or Pratt & Whitney Authorized Service Center rated for overhaul/repair this engine type. Engines shall be crated and preserved for indefinite storage. A.4 Technical Requirements: Contractor, if electing Option 1 in paragraph (A.3.d.1) must be a certified FAA Repair Station and/or Authorized Rolls Royce Maintenance Center rated for overhaul/repair of the T56-A-14 or 501 equivalent types. Contractor must have performed and provide written proof of an Inspect, Repair As Necessary (IRAN), major repair or overhaul on this engine 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 engine logbook provided with the engine. Otherwise, the contractor can elect to provide the engine in accordance with Option 2 of paragraph (A.3.d.1). The two PT6A-27 engines shall have been overhauled to 0.0 time by a FAA Repair Station and/or Pratt & Whitney Authorized Service Center rated for overhaul/repair of this engine type in accordance with the provisions of paragraph (A.3.d.2). Contractor shall provide all the proper documentation (i.e., FAA 8130 or equivalent and FAA 337 if required) and ensure the required entries have been entered into the engine logbooks provided with the engine. A.5 Parts and Warranties: Parts: The contractor shall provide all parts, components, materials, and consumables if Option 1 of paragraph (A.3.d.1) is elected. Contractor shall use new, overhauled, or serviceable parts. Parts or components in an ?as removed? condition shall 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 replaced at the expense of the contractor. Warranty: Contractor shall provide the AOC with a warranty that begins at the time of installation and covers (at a minimum) the following periods: for the T56-A-14 engine - 100 hours flight time or six months; for each PT6A-27 engine - 150 hours or three months. A.6 Performance Period: Due to mission requirements and the limited number of spares possessed by the AOC,the contractor,if electing Option 1 of paragraph (A.3.d.1),will be asked for a turnaround time not to exceed 90 working days. Should abnormal requirements and/or circumstances occur which would require an extension of this performance period, the contractor should immediately inform the Contracting Officer as to the reason and extent of the abnormal requirements and/or circumstances. It is required that the contractor provide the best estimate of the extension required. The two PT6A-27 engines shall be provided to NOAA within 15 working days of receipt of the four T56-A-14 engines listed above. Should Option 2 of paragraph (A.3.d.1) be elected, delivery of all three engines to NOAA shall take place within 15 working days of receipt of NOAA?s four T56-A-14 engines. A.7 Insurance against Loss or Damage to Government Property: The Contractor shall, at its own expense, provide and maintain liability insurance of not less than $750,000.00, to cover the engine(s) on which any work will be performed. Before award of this contract, bidders shall provide to 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: -For such a period as the laws of the State in which this work is to be performed prescribe and; -Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. A.8 Value: Approximate commercial market prices for the T56-A-14 and PT6A-27 are as follows: a.Commercial value of a single T56-A-14 engine in ?as removed? condition mounted in the QEC equals $175K to $275K. b.Commercial value of a single T56-A-14 overhauled to 0.0 hours (all modules) RFI condition mounted in the QEC equals $500K to $650K. c.Commercial value of a single PT6A-27 engine overhauled to 0.0 hours Time Between Overhaul(TBO)is $250K to $330K. A.9 Transportation Expenses: The cost of shipping the engines to and from the contractor facility shall be the responsibility of the Government. The Government will provide an engine transportation stand to the contractor for the T56-A-14 engine. B.1 Evaluation: The evaluation of proposals shall be based on the Offeror?s responsiveness to the items listed in Section A.4, Offeror?s price proposal, and the Offeror?s ability to exhibit an understanding of the requirements included in this RFP. The Contractor shall provide the following documentation in support of its ability to meet the technical requirements necessary to perform services identified in this RFP. The Government will evaluate the offers for award purposes on the basis of the following criteria: a.As a minimum requirement, must provide written documentation and references of having accomplished major repair, IRAN, and/or overhaul of the T56-A-14 or 501 model engine assembly within the past 30 days if Option 1 of paragraph (A.3.d.1) is elected. References to include: Company name, address, contact person?s name and phone number,description of services performed and date of completion or current status. b.As a minimum requirement, must submit proof of FAA Repair Station Certificate. The FAA certification must include evidence that the Contractor?s FAA Certified Repair Station is rated to repair the T56-A-14 engine and state to what extent services may be performed. c.Documentation of certification as a Rolls Royce Authorized Maintenance Center covering the T56-A-14 or equivalent engine types in accordance with paragraph (A.3.d.1) is not required but is preferred. d.Documentation of certification as a Pratt & Whitney Authorized Service Center covering the PT6A-27 or equivalent engine types in accordance with paragraph (A.3.d.2) is not required but is preferred. e.As a minimum requirement, must submit written guarantee of warranties as specified in paragraph (A.5). f.As a minimum requirement, must provide a written plan to exhibit the ability to meet the performance period of paragraph (A.6). g.As a minimum requirement, must submit Proof of Insurance documentation or certificate as described in paragraph (A.7) if Option 1 of paragraph (A.3.d.1) is elected. h.As a minimum requirement, must submit documentation of factory trained staff A&P technicians for all engine maintenance performed at contractor?s facility. i.Identify previous Government contracts for services similar to those required. CLAUSES & PROVISIONS This solicitation will be conducted as a Commercial Item acquisition in accordance with Federal Acquisition Regulations (FAR) Part 12. The Department of Labor Service Contract Act Wage Determination for the area in which the work is to be completed shall be applicable. The FAR clauses and provisions incorporated into this acquisition are: 52.203-3 Gratuities (Apr 1984); 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2006); 52.212-2 Evaluation ? Commercial Items (Jan 1999) The following criteria shall be used to evaluate offers. During the evaluation process, the Technical Capability (consisting of Business/Technical Proposal, Scheduling and Past Performance) are equally important to one another and when combined are considered slightly more important than price. Technical Proposal ? The offeror?s proposal must be specific in identifying the plan and methodology for meeting the Government?s requirements described herein. If any subcontracting is anticipated, the offeror shall identify the areas of work to be subcontracted and how subcontracted effort will be managed to ensure satisfactory and timely performance of work.; Schedule ? Required Services must be scheduled so as to minimize engine out-of-service time; Past Performance ? Offeror must provide at least one (1) reference (including the organization?s name, address, phone number, type of service performed, completion date and a contact person?s name and phone number) of an organization for which they have performed Rolls-Royce T56-A-14 (or a model 501 assembly) engine services for within the past 30 working days; Price ? The price proposal must include a firm fixed price for the exchange of engines identified on Schedule of Prices. 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 rating if it is determined that to do so would result in the best value to the Government; 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar 2005); 52.212-4 Contract Terms and Conditions ? Commercial Items (Sept. 2005); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb 2006) (b) Items 1, 7,14, 16, 17, 18, 19, 20, 21, 23, 26 and 31; (c) Items 1 and 2 (example: Aircraft Mechanic WG-10 rating ? equivalent wage rates available at www.wdol.gov); 52.233-2 Service of Protests (Aug 1996) ((a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Donita S. McCullough, DOC, NOAA, Central Region Acquisition Division, 601 E. 12th St., Rm. 1756, Kansas City, Missouri 64106. (b)The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.); 52.247-30 F.O.B. Origin, Contractor?s Facility (Apr 1984); The Commerce Acquisition Regulation (CAR) clauses and provisions incorporated into this acquisition are: 1352.201-70 Contracting Officer?s Authority (March 2000); 1352-201.71 Contracting Officers Technical Representative (COR) (March 2000) (To be provided at time of award); 1352.209-71 Organizational Conflict of Interest (March 2000); 1352.209-73 Compliance With the Laws (March 2000); 1352.215-71 Proposal Preparation (Mar 2000) (The Offeror must provide 1 original, marked as such, and 2 copies of the proposal. The proposal must be organized as follows: Volume I ? Business Proposal, consisting of an offer, proposal acceptance period, the completed Schedule of Prices, the Wage Determination for the geographical area in which the work is to be performed, and a completed FAR clause 52.212-3 Representations and Certifications. The Business proposal must be signed by an authorized representative on behalf of the Offeror. Volume II ? Technical This volume must address the technical and management aspects of the proposal as detailed in the Statement of Work pertaining to the overall requirements, service center accreditation, past performance information, proof of insurance, etc. In addition, the Technical Proposal must describe the Offeror?s ability to meet the scheduling requirement for these engines as described herein and any and all other requirements identified in this solicitation.; 1352.215-73 Inquiries (Mar 2000); 1352.215-75 Basis For Evaluation (Mar 2000) (This is a best value, competitive requirement. Award will be made to the Offeror whose offer conforms to the solicitation requirements, which is determined responsible in accordance with the Federal Acquisition Regulations (FAR) by possessing the financial and other capabilities to fulfill the requirements of the Contract; and whose proposal is judged, by an integrated assessment of price and other evaluation factors listed herein, to be the most advantageous to the Government. The Government will use the best value process in determining which offer is advantageous in accordance with the FAR. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract depending on the quality of the proposal(s) submitted and the availability of funds. The Government reserves the right to award without discussion based solely upon the initial proposals);1352.215-76 Evaluation Criteria (March 2000) Reference evaluation criteria set forth in FAR 52.212-2, Evaluation of Commercial Items included herein. Evaluations of each factor (Technical and Schedule) will be based on the information provided in the proposal. Evaluation of past performance shall be based on the information contained in the technical proposal and information provided by references as it relates to quality of service and product, timeliness of performance and customer satisfaction. The Government may also consider other information available. 1352.216-70 Contract Type (March 2000) (The Government contemplates awarding a firm fixed price contract); 1352.228-70 Insurance Coverage (Mar 2000) (Refer to Section A.7 of the Statement of Work); 1352.228-72 Deductibles Under Required Insurance Coverage (Mar 2000); 1352.233-70 Harmless From Liability (Mar 2000); 1352.233-71 Service of Protests (Mar 2000)(An agency protest may be filed with either(1)the Contracting Officer, or(2)at a level above the Contracting Officer,with the agency Protest Decision Authority. See 64 Fed.Reg.16,651 (April 6, 1999)(Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority.) Agency protests filed with the Contracting Officer shall be sent to the following address: Donita S. McCullough, Contracting Officer, DOC, NOAA, Central Region Acquisition Division, 601 E.12th St., Rm.1756, Kansas City, Missouri 64106. If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce, Office of the General Counsel, Contract Law Division--Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, N.W.,Washington, D.C. 20230,Attn:Mark Langstein, Esq.,FAX:202-482-5858).Full text of these CAR provisions is available upon written request by sending an email to ronald.f.anielak@noaa.gov.);1352.246-70 Inspection and Acceptance (Mar 2000) (Inspection and Acceptance will take place at the contactor?s facility unless otherwise agreed upon by the parties);1352.252-70 Regulatory Notice (March 2000); Full text of these CAR provisions is available upon written request by sending an email to Ronald.f.anielak@noaa.gov. Clauses and provisions listed herein may be obtained as follows: FAR Clauses and Provisions ? www.arnet.gov CAR Clauses and Provisions ? http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf SCHEDULE OF PRICES The line item shall be provided in accordance with the Statement of Work contained in this notice. The prices shall be all inclusive of all costs. The Government intends to award a firm fixed price contract for the exchange of engines. Item No. Description Unit Price 0001 JOB __________ Exchange four (4) Aircraft Operations Center (AOC) ?as removed? T56-A-14 Rolls Royce aircraft engines for Contractor?s one (1) ?ready for installation? TSO=0.0 T56-A-14 Rolls Royce engine and two (2) ?ready for installation? PT6A-27 Pratt & Whitney aircraft engines in accordance with the Statement of Work. a) Contractor shall identify which option (1 or 2) it is offering on b) If contractor is offering the exchange at $0, no cost, please state SOLICITATION INFORMATION This acquisition is unrestricted.The SBA size standard is 1,000 employees. Hard copies of the solicitation will not be available. All responsible sources may submit an offer that will be considered by the Agency. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Ron Anielak, Room 1756, 601 E.12th Street, Kansas City, MO 64106. Offers must be received no later than 2:00 PM (CST),March 30, 2006. Offers may be faxed to 816-274-6993,Attn: Ron Anielak. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR and ORCA please access the following web site: http://www.bpn.gov. In order to register with the CCR and ORCA and become eligible to receive an award, all Offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet Number may be acquired free of charge by contacting Dun & Bradstreet at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505.
 
Place of Performance
Address: TBD
 
Record
SN01005637-W 20060316/060314211749 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.