Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

J -- Complete corrosion inspection for the DHC-6 Twin Otter

Notice Date
4/5/2006
 
Notice Type
Modification
 
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
NAAN6000604148CMM
 
Response Due
4/19/2006
 
Archive Date
5/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/request for quote 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 for a complete corrosion inspection for the DHC-6 Twin Otter. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. 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. This notice is hereby issued as RFQ No. NAAN6000604148CMM. 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, 31, and (c)(1)(2) Wage Grade -11}, 52.245-4 Government-Furnished Property (Short Form) (June 2003). 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 (POC will be identified at time of award.), 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of this contract will be 60 calendar days once aircraft is received at the selected Contractors facility}, 1352.245-70 Government Furnished Property (Mar. 2000){The Government will provide the following item(s) of Government property to the Contractor for use in the performance of this contract. This property shall be used and maintained by the Contractor in accordance with provisions of the ?Government Property? clause included in this contract.}. 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 resulting from this request to the responsible offeror whose quotation conforming to request results in the best value to the Government, price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability; Schedule; Location of Contractor?s Facility in relation to the AOC; Ability to obtain Insurance; Past Performance; and 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 requirements of this request. 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 quotes in relation to the other factors on which selection is to be based. The Government reserves the right to award to the firm providing other than the lowest priced quote or to the firm 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. A copy of the DHC-6 (Twin Otter), Part 3 Supplemental can be obtained via email request to carey.m.marlow@noaa.gov. 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, April 10, 2006. Offers may be faxed to 816-274-6993, Attn: Carey Marlow. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Written documentation that demonstrates the firm?s knowledge of and experience in having accomplished the services described herein. 2. A schedule for completing the work within the performance period as stated herein. 3. Proof of Insurance in the amounts specified herein. 4. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided services that are the same or similar to that described herein. 5. A completed price schedule for all line items identified in this notice. 6. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (completed). 7. Certification of registration in CCR. This is a firm fixed price request for quote. DESCRIPTION: Complete corrosion Inspection in accordance with (IAW) the DHC-6 Twin Otter Corrosion Prevention and Control Manual PSM1-6-5, DHC-6 (Twin Otter) Part 3 supplement. The supplement is based on a five-year program. However, the Government requires that all requirements in the supplement be addressed during the initial inspection. Repair discrepancies found during inspection Over and Above Inspection requirements {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?}. Service Bulletins pertaining to overlapping inspection areas to be complied with as well as changing primary control cables (SB 6/523) will all be part of the Corrosion Inspection Job. SCOPE The Contractor will be required to provide the equipment, labor and materials to complete the work described herein. Task ? 1 - Corrosion Inspection will include: 1. Fuel Gallery, Main Legs, Floats (if installed), Nose Leg, Doors and Wing Skins (C57-10-01 L/H, R/H and C57-10-02 L/H, R/H). 2. Left Hand Wing, Flaps and Aileron, and Wing Skins (C57-10-01 L/H, R/H, C57-10-02 L/H, R/H) and Floats (if installed). 3. Right Hand Wing, Flaps and Aileron and Wing Skins (C57-10-01 L/H, R/H, C57-10-02 L/H, R/H) and Floats (if installed). 4. Nacelles, Stabilizers, Elevator, Rudder, Wing Skins (C57-10-01 L/H, R/H and C57-10-02 L/H, R/H) and Wing Struts, and Floats (if installed). 5. Fuselage, Wing Skins (C57-10-01 L/H, R/H and C57-10-02 L/H, R/H) and Floats (if installed). More information on each of the tasks listed above is contained in DHC-6 (Twin Otter) Part 3 Supplemental. Note 1: If aircraft is permanently operated on floats the float inspections 32-15-01 through 32-15-07 have a repeat inspection every 12 months. Note 2: Wing Skin Inspections C57-10-01 L/H, R/H and C57-10-02 L/H, R/H are repeated every year if the 5 year corrosion program is being used. The contractor will provide a corrosion inspection report and recommendations to the Contracting Officer and Government Point of Contact (POC) for review. The Contractor shall not proceed with any repairs without prior authorization from the Contracting Officer. Task ? 2 1. Replace Primary Control Cables IAW Service Bulletin 6/523. The Contractor shall comply with Service Bulletins pertaining to overlapping inspection areas. Task ? 3 1. Install main landing gear provided as Government furnished equipment. Overhauled DHC-6 300 Main Landing Gear (P/N?s C6U1103-3 L/H, and C6U1103-4 R/H) that are to be installed on National Oceanic and Atmospheric Administration (NOAA) Aircraft Operations Center (AOC) Twin Otter N48RF S/N 740 will meet the following work scope: Landing gear will be provided by NOAA Aircraft Operations Center (AOC). Vendor will be required to install gear in accordance with the DHC-6 Twin Otter Components Maintenance Manual. All parts including axles, stays, compression blocks, bolts, fittings, bushings, washers, bearings will be provided by NOAA. Any miscellaneous parts, consumables and tools are to be provided by the vendor. This installation will fulfill a 5000 hour/ 60 month Dehavilland/Bombardier Main Landing Gear inspection requirement. The Main Landing Gear assemblies that will be provided have previously undergone the ?D? Check Inspection in accordance with Maintenance Manual P/N PSM 1-63-2, page 203-207, including Service Bulletin 6/380. The government will be responsible shipping the Main Landing Gear and required parts to the vendor facility. The vendor will be required to ship the removed Landing Gear and parts to a facility chosen by NOAA AOC at the time of de-installation. OVER AND ABOVE DISCREPANCIES If any additional discrepancies outside of normal repair criteria are discovered during performance of the work, the selected discrepancies, will be provided in a written report to include any parts required, labor required, and cost estimate for the additional work. This work will be considered as ?over-and-above? costs. The selected contractor will not proceed with the additional work until approval for the additional work is received from the Government Point of Contact. The selected contractor shall accomplish all the work in accordance with the manufacturer?s repair/overhaul manuals and applicable repair station procedures. Labor, 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, at anytime during the contract, if advantageous. 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. Period of Performance Due to mission requirements and the limited number of spares possessed by the AOC the selected contractor is required to complete all work within 60 calendar days after receipt of the aircraft at the contractor?s facility. 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 and the POC as to the reason and extent of the abnormal requirements and/or circumstances that caused the delay in completing the work according to the schedule. 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 $2,000,000.00 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 aircraft 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 specified in the order. 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. BID FORMAT: Provide itemized pricing as follows: Line Item #1- Task 1 as described under section titled Scope. $_________________ Line Item #2 ? Task 2 as described under section titled Scope. $_________________ Line Item #3 ? Task 3 as Described under the section titled Scope $ ________________ GRAND TOTAL (Line 1 through 3) $_________________ Labor Rate - per hour for ?over-and-above? discrepancies $_________________ Percent of Discount for replacement parts _________________ END OF NOTICE NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-APR-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: AIRCRAFT OPERATIONS CENTER, 7917 HANGAR LOOP DRIVE, HANGAR 5, MACDILL AFB, FL 33621
Zip Code: 33621
Country: USA
 
Record
SN01022605-W 20060408/060406221640 (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.