Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

16 -- OVERHAUL OF LYCOMING TIO-540-AA1AD TO ZERO TIME

Notice Date
8/23/2006
 
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
NAAN6000604150CMM
 
Response Due
9/7/2006
 
Archive Date
9/22/2006
 
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 overhaul to ?Zero Time? one Lycoming TIO-540-AA1AD aircraft engine. 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. NAAN6000604150CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. 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 (Sep. 2006) (Sections 5, 14, 16, 17, 18, 19, 20, 23, 26, 31, and (c)(1)(2) Wage Grade -11}. 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 engine is received at the selected Contractors facility}. The FAR provisions 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 (Jun. 2006). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference: 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 compare quotes: Technical capability; Proof of FAA Repair Station Certification; Schedule; Ability to obtain Insurance; Cost of shipping engine to offerors facility; Past Performance; and Price. 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. The Government reserves the right to award to the firm providing other than the lowest priced quote or to the firm 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, Thursday, September 7, 2006. Offers may be faxed to 816-274-6993, Attn: Carey Marlow or submitted via email to carey.m.marlow@noaa.gov. 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. Must have overhauled or repaired the same model engine within the past six months. 2. Proof of FAA Repair Station Certification. 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. Indicating the discounted percentage off of list price of parts, and cost of shipping engine to and from offeror?s facility. 6. Proof of factory trained technicians on staff. 7. Documentation of number of work shifts in a 24-hour day. (non-overtime) 8. Compliance with all current and applicable Service Bulletins pertaining to the engine. 9. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (completed). 10. Certification of registration in CCR. This is a firm fixed price request for quote. BACKGROUND: The NOAA/AOC located at MacDill AFB, FL manages a Lake Renegade Seawolf (LA27) aircraft serial number 126, FAA registration N64RF with Lycoming TI0-540-AA1AD engine. The aircraft?s primary mission is to support the National Ocean Service?s (NOS), Channel Islands National Marine Sanctuary (CINMS) which is located in Santa Barbara, CA. The airframe has approximately 1750 cycles since new and averages 150-200 hours per year under Part 91. CONTRACTOR SUPPLIED STATEMENT OF WORK: The Contractor shall provide the following information in the Statement of Work: 1. Estimated time required for completion of the overhaul. 2. A list of included parts and accessories. 3. Special Engine Processes and/or test functions performed as part of the overhaul. 4. Labor Rate 5. Cost of shipping the engine to and from offeror?s facility. 6. Conditions and Terms 7. Price INSURANCE AGAINST LOSS OR DAMAGE TO GOVERNMENT PROPERTY: The Contractor shall, at its own expense, provide and maintain liability insurance of not less than $150,000.00 to cover the engine 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: -For such a period as the laws of the State in which this work is to be performed prescribe; or -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 any time 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 engine. 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 ?over and above? discrepancies. Secondly, contractors are asked to provide what percent discount off list price for replacement parts will be given. PMA parts are acceptable. The Contractor shall provide the industry standard implied warranty on all products and service. 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. FAA AND OEM CERTIFICATION: Maintenance contractors must provide proof that the facility performing the required services is an FAA approved repair station for aircraft engines and accessories. SUBMITTAL OF INVOICES: Contractor shall submit invoices to the AOC at the address shown in block 15 of Standard Form 1449. All invoices will be reviewed by AOC to determine if the Government is receiving the best value for the services which were provided. The Contractor shall be required to send by facsimile a weekly financial progress report on all expenditures to be invoiced to the Government. These reports will not be the final invoice. However, the format may be the same. 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 engine 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. BID FORMAT: Provide itemized pricing as follows: Line Item #1- 1 Job ? Provide overhaul to ?Zero Time? One TIO-540-AA1AD aircraft engine. Provide Statement of Work with the quote and include cost breakdown of parts and accessories, and cost of shipping engine to and from offeror?s facility. $_________________ GRAND TOTAL $_________________ Labor Rate - per hour for ?over-and-above? discrepancies $_________________ Percent of Discount for replacement parts _________________ END OF NOTICE
 
Place of Performance
Address: NOAA AOC, 7917 HANGAR LOOP DRIVE, HANGAR 5, MACDILL AFB, FL 33621
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01123067-W 20060825/060823220347 (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.