Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

49 -- Perform Periodic Life Raft Inspection, Service, Repack Ultima Wrap, Vacuum Seal Bag and FAA Certification Sticker, NOAA, MacDill AFB, FL

Notice Date
3/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
WC133M-07-RQ-0139
 
Response Due
3/16/2007
 
Archive Date
3/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Periodic Life Raft Inspection Services, to include repack Ultima Warp, Vacuum seal bag and FAA Certification Sticker for NOAA, Aircraft Operations Center, MacDill AFB, FL. Offeror must have current FAA Certification to inspect and also be a Winlow authorized aviation service station. See paragraph 8 for submittal requirements Offeror to provide pricing for all line items including optional line items, to include a total price for all line items. BASE PERIOD (Date of Award thru 365 calendar days) Line Item 0001 PERFORM LIFE RAFT INSPECTION, SERVICE, REPACK ULTIMA WRAP, VACUUM SEAL BAG AND FAA CERTIFICATION STICKER IN ACCORDANCE WITH THE STATEMENT OF WORK Quantity 12 EA ______________ ______________ Line Item 0002 INSTALL AND INSPECT PART No. DME SRB-406, EMERGENCY LOCATOR TRANSMITTER (ELT), 406.028 MHz, DOUBLE ANTENNA, AUTOMATIC ACTIVATION. Quantity 12 EA ______________ ______________ OPTION PERIOD ONE (366 DAYS AFTER DATE OF CONTRACT AWARD THROUGH 12 MONTHS THEREAFTER) Line Item 0003 PERFORM LIFE RAFT INSPECTION, SERVICE, REPACK ULTIMA WRAP VACUUM SEAL BAG AND FAA CERTIFICATION STICKER IN ACCORDANCE WITH THE STATEMENT OF WORK. Quantity 1 EA ______________ ______________ Line Item 0004 INSTALL AND INSPECT PART No. DME SRB-406, EMERGENCY LOCATOR TRANSMITTER (ELT), 406.028 MHz, DOUBLE ANTENNA, AUTOMATIC ACTIVATION. Quantity 1 EA ______________ ______________ OPTION PERIOD TWO (366 DAYS AFTER THE DATE OF THE FIRST OPTION AWARD THROUGH 12 MONTHS THEREAFTER) Line Item 0005 PERFORM LIFE RAFT INSPECTION, SERVICE, REPACK ULTIMA WRAP VACUUM SEAL BAG AND FAA CERTIFICATION STICKER IN ACCORDANCE WITH THE STATEMENT OF WORK. Quantity 4 EA ______________ ______________ Line Item 0006 INSTALL AND INSPECT PART No. DME SRB-406, EMERGENCY LOCATOR TRANSMITTER (ELT), 406.028 MHz, DOUBLE ANTENNA, AUTOMATIC ACTIVATION. Quantity 4 EA ______________ ______________ 1. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (SEP 2006)(Reference) 2. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2006)(Reference) 3. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (FEB 2007)(Reference) 4. 52.247-34 F.o.b. Destination (Nov 1991) (Reference) 5. 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (MARCH 2000) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 6. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 5.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __________ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). __________ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) 15 U.S.C. 657a). __________ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). (4) [Reserved] (5) XX (i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __________ (ii) Alternate I (Oct 1995) of 52.219-6. __________ (iii) Alternate II (Mar 2004) of 52.219-6. (6) __________ (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __________ (ii) Alternate I (Oct 1995) of 52.219-7. __________ (iii) Alternate II (Mar 2004) of 52.219-7. __________ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (8)__________ (i) 52.219-9, Small Business Subcontracting Plan (Sept 2006) 15 U.S.C. 637(d)(4). __________ (ii) Alternate I (Oct 2001) of 52.219-9. __________ (iii) Alternate II (Oct 2001) of 52.219-9. __________ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (10)________ (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sept 2005) (10 U.S.C. 2323) if the offeror elects to waive the adjustment, it shall so indicate in its offer). __________ (ii) Alternate I (June 2003) of 52.219-23. __________ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L.103-355, section 7102, and 10 U.S.C. 2323). __________ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __________ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). XX (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __________ (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). xx (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). xx (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). __________ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). ____XX____ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __________ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __________ (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (22) __________ (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __________ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ______XX__ (23) 52.225-1, Buy American Act-Supplies (June 2003)(41 U.S.C.10a-10d). (24) __________ (i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169. __________ (ii) Alternate I (Jan 2004) of 52.225-3. __________ (iii) Alternate II (Jan 2004) of 52.225-3. __________ (25) 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____XX____ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __________ (27) 52.226-4, Notice of Disaster or Emergency Area Set-Aside(42 U.S.C. 5150). __________ (28) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150). __________ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __________ (30) 52.232-30, Installment Payments for Commercial Items (Oct 1995) 41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___XX____ (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __________ (32) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __________ (33) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). __________ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (35) __________ (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). __________ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005)(41 U.S.C. 351, et seq.). _________(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ________ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment (Multiple Year and Option Contracts) (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __________ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 (b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 7. 1352.215-70 PERIOD OF PERFORMANCE (MARCH 2000) a. The period of performance of this contract is from date of award through 365 days thereafter. If an option is exercised, the period of performance shall be extended through the end of that option period. The exact dates for the option periods will be based on the contract start date. These dates will be specified in any award resulting from this request for quotation. 8. 1352.215-77 EVALUATION COMMERCIAL ITEMS (JAN 1999) a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability, Past Performance and Price. Technical and Past Performance, when combined are slightly more important than price. (1) Technical Capability Provide sufficient information to demonstrate ability to meet Government's requirement, including current FAA certification to inspect and certify the items required and certification as a Winslow authorized aviation service station, and demonstrate that it incorporates the latest technical data, has approved life raft packing fixtures and use factory trained technicians. (2) Past Performance Provide list of contracts, including contact person, phone numbers, Contract number, contract type and dollar value to conduct firm's past performance in successfully accomplishing activities similar to those identified in the Statement of Work (SOW); and (3) Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specififed expiration time, the Goverment may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision). 9. 1352.216-70 CONTRACT TYPE (MARCH 2000) This is a firm fixed priced purchase order for Life Raft Inspections and Replacement of the existing Emergency Locator Transmitter's to a 406.028MHz. The purchase order consists of a base period from the date of contract award to 365 days thereafter and two(2)additional one-year options. 11. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to the expiration of the current performance period provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years. (End of Clause) 12. 1352.233-70 HARMLESS FROM LIABILITY (MARCH 2000) The Contractor shall hold and save the Government, its officers, agents, and employees harmless from liability of any nature or kind, including costs and expenses to which they may be subject to or on account of any or all suits or damages of any character whatsoever resulting from injuries or damages sustained by any person or persons or property by virtue of performance of this contract, arising or resulting in whole or in part from the fault, negligence, wrongful act or wrongful omission of the contractor, or any subcontractor, their employees, and agents. 13. 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 14. Life Raft Inspections Statement of Work National Oceanic and Atmospheric Association (NOAA) Aircraft Operations Center (AOC) at MacDill Air Force Base in Tampa, Florida, has 11 fixed-wing aircraft assigned for a wide range of hurricane, winter storm research, air-quality studies, marine mammal & fish assessments and snow surveys missions. The NOAA Aircraft Operations Center requires safe, reliable and dependable life rafts for its aircraft. Winslow Life Raft Company was selected to supply the life rafts. The Winslow Life Raft Company manufacturers marine and aviation life support equipment. The contractor shall provide periodic inspection, maintenance, and upgrade for life rafts carried aboard NOAA aircraft in accordance with Federal Aviation Administration (FAA) requirements, as follows: Technical Requirements The FAA required Service schedule for 12 Winslow Life Rafts is as follows: 2 (two) rafts 9 / 13 FA-AV life rafts, due inspection Jan 2007* 1 (one) raft 9 / 13 FA-AV life raft, due inspection Feb 2007* 1 (one) raft 9 / 13 FA-AV life raft, due inspection Mar 2007 1 (one) raft 4 / 0 LEEP life raft, due inspection Apr 2007 1 (one) raft 9 / 13 FA-AV life raft, due inspection Apr 2007 4 (four) rafts 13 / 20 FA-AV life rafts, due inspection Jun 2007 1 (one) raft 4 I 6 FA-AV life raft, due inspection Dec 2007 1 (one) raft 6 I 9 FA-AV life raft, due inspection Dec 2007 *To be performed upon award of the purchase order. The contractor must possess a current FAA certification to inspect and certify the above items, and be a Winslow authorized aviation service station. The contractor must demonstrate that it incorporates the latest technical data, has approved life raft packing fixtures, uses factory trained technicians in the process of inspection and repacking of the life support equipment listed above. The contractor will check Winslow life raft service files for any pertinent historical data, will have the capability and authorization to Ultima Wrap Vacuum Seal Bag for 3 year protection inspection, and be authorized to install and inspect 406 MHz Emergency Locator Transmitter (ELT) with double antenna and automatic activation. Note: The International Cospas-Sarsat Program, announced the termination of satellite processing of distress signals from 121.5 and 243 MHz emergency beacons on February 1, 2009. All mariners, aviators, and individuals using emergency beacons on those frequencies will need to switch to those operating on the newer, more reliable, digital 406 MHz frequency if they want to be detected by satellites. The contractor will: (1) Possess the capability and be authorized to inspect, repair, test and re-certify the PUR "Survivor 06" Manual Reverse Osmosis Desalinator unit (water maker) (2) Possess the authorization and capability to inspect Survival Equipment Pack, food, water, batteries, pyrotechnics and first aid supplies for expiration dates, leakage, damaged and function, and (3) inspect, replaced, rebuilt, re-charged and hydrostatically test Firing Head, Cylinder Head and aluminum cylinder and install, band and inspect Winslow life raft hard pack canisters. (4) The contractor will reference and provide Service Bulletins affecting the noted equipment. The contractor will show a mechanism for customer service, fast turn around on orders and the ability to accommodate urgent requests, convenient Roadway life raft pick up service, and a location convenient to NOAA Aircraft Operations Center in Tampa, Florida Delivery Schedule. Performance shall begin within 30 days of award of this contract. See inspection schedule under Technical Requirements in the statement of work. Past Performance The potential contractor shall identify three (3) contracts, which it has recently performed (within the past 5 years), or is currently performing, that are similar in nature to this purchase order. If the contractor has not performed three such contracts, it shall identify as many similar contracts as it has performed or is performing. The contractor shall provide the following information with respect to each of these contracts: Contract number, contract type, and dollar value; Date of contract award and period of performance; Name, address, and telephone number of all applicable contract points of contact 15. Additional Information: This service is being procured under the guidelines of FAR Part 12, Commercial Items. See Paragraph 7 for submittal requirements. All contractor's doing business with Central Region Acquisition Division (CRAD) must be registered with Central Contractor Registration (CCR). The website to register in CCR is http://www.ccr.gov. The FAR Clause 52.212-3, Representations and Certifications is applicable to this requirement. Contractors are required to register and complete the online representations and certifications at https://www.orca.bpn.gov.
 
Place of Performance
Address: US Department of Commerce/NOAA, Aircraft Operations Center, MacDill AFB, FL
Zip Code: 34269-1902
Country: UNITED STATES
 
Record
SN01244400-W 20070308/070306220233 (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.