Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

16 -- Modification of a Gulfstream Jetprop Commander 695A to support the installation of a Camera Port with PAV-30 Mount for NOAA Aircraft Operations Center, MacDill AFB, FL

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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-0452
 
Response Due
8/7/2007
 
Archive Date
8/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. The requirements are to provide for the modification of a Gulfstream Jetprop Commander 695A to support the installation of a Leica RC-30 Camera Port with PAV-30 mount and corresponding navigation sight. Supplemental Type Certification (STC) #SA3765SW is an acceptable example of this configuration. This constitutes the only Request For Quote (RFQ), written offers 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 firms 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. Contractors should submit their Certification and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors are encouraged to go on-line at www.bpn.gov to complete its representations and certifications. This notice is hereby issued as RFQ No. WC133M-07-RQ-0452. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-18. The line item(s) will be provided in accordance with the terms and conditions and specifications specified herein. The prices shall be all inclusive of costs. Requirements: Line Item No. 1: Provide for all the necessary structural modifications of a Gulfstream Jetprop Commander 695A (serial number 96089) for a Leica RC-30 camera with PAV-30 mount and corresponding navigation sight. One (1) JOB $________ Total $____________ Line Item No. 2: Over and Above Repairs Priced in accordance with the following: Labor Classification: Hourly Rate _____________ $____________ To be provided by the Offeror Parts shall be charged according to the Offerors published price list Proposed discount on parts ___________% The FAR and CAR clauses incorporated into this acquisition shall be: 52.203-3 Gratuities (April 1984) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.211-8 Time of Delivery (Jun. 1997), (Alt 1) 52.212-4 Contract Terms and Conditions Commercial Items (Feb. 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2007) (Sections (b) (1), (5), (9) (16), (18), (19), (20), (21), (22), (23) (28) (33) and (34); (c) (1), (2), and (4) Aircraft Mechanic WG-10 ) 1352.201-70 Contracting Officers Authority (Mar 2000) 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Feb 2005) 52.222-49 Service Contract Act Place of Performance Unknown (May 1989) 52.228-5 Insurance Work on a Government Installation (Jan 1997) 1352.228-70 Insurance Coverage (Mar 2000) 1352.233-70 Harmless from Liability (Mar 2000) 1352.252-70 Regulatory Notice (Mar 2000) 1352.208-70, Printing (Mar 2000) 1352.209-71, Organizational Conflict of Interest (Mar 2000) 1352.209-73, Compliance with the Laws (Mar 2000) 52.232-17, Interest (Jun 1996) 1352.216-70 Contract Type (Mar 2000)(Fixed Price) The FAR and CAR provisions incorporated into this acquisition shall be 52.212-1, Instruction to Offerors Commercial Items (Sep. 2006), Note: Minimum Acceptance is changed to read 60 calendar days. 52.212-3 Offeror Representations and Certifications Commercial items (Nov. 2006). 52.212-2 Evaluation Commercial Items (Jan 1999) 52.216-1 Type of Contract (April 1984) (Fixed Price) 52.233-2 Service of Protest (Sep 2006) (Contracting Officer, NOAA/CRAD, Rm 1756, 601 E. 12th Street, Kansas City, MO 64106) 1352.215-73 Inquiries (March 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than five calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. 1352.233-71 Service of Protests (Mar 2000) (Donita McCullough, Contracting Officer, NOAA/CRAD, Rm 1756, 601 E. 12th Street, Kansas City, MO 64106) and 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, Esquire. 1352.252-71 Regulatory Notice (Mar 2000) FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. CAR clauses and provisions are available on the internet at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. The following is the Statement of Work for the Camera Port Installation on a Gulfstream Jetprop Commander 695A Introduction The airplanes of the NOAA Aircraft Operations Center (AOC) are flown in support of NOAA's mission to promote global environmental assessment, prediction and stewardship of the Earth's environment. NOAA's aircraft operate throughout the United States and around the world; over open oceans, mountains, coastal wetlands, and Arctic pack ice. These versatile aircraft provide scientists with airborne platforms necessary to collect the environmental and geographic data essential to their research. The NOAA AOC requires N45RF, a Gulfstream Jetprop Commander 695A (serial number 96089), to be modified with structural provisions for a Leica RC-30 camera with PAV-30 mount and corresponding navigation sight. (STC) #SA3765SW is an acceptable example of this configuration. This modification must not limit the current altitude and pressurization limits. Speed limitations may only be imposed during the opening of closing of the integrated camera door. Aircraft Specifications 1. Aircraft Availability The aircraft must be available to be operated by the AOC within 60 days of aircraft delivery to contractor?s location. 2. Aircraft Description The aircraft for this contract is a Gulfstream Jetprop Commander 695A, serial number 96089, manufactured in 1984. The current FAA registration number is N45RF. Work Scope and Common Requirements A. This modification must include an integrated camera door for protection of the optical equipment during takeoffs and landings. B. Placement of the modification must allow ready access for a photographer to both the camera equipment and drift sight from a seated position. Additionally, space must be left available for government supplied equipment racks (footprint 20 inches by 25 inches) to be mounted on seat rails. C. The AOC requires any contract entered into under this statement of work (SOW) to be with a Contractor who can accomplish the entire scope of agreed upon work at a single location. NOAA personnel will fly the aircraft to and from the Contractors facility. It is anticipated that the work to be accomplished will be at the completion of this coming survey season between the dates of 15 May 2008 and 15 July 2008. D. The Contractor shall provide all inspections, maintenance, repairs, and modifications as required by the contract items. Modifications shall be done in accordance with all Twin Commander and Federal Aviation Administration (FAA) publications. All materials used shall meet Twin Commander and/or FAA requirements for flammability and structural integrity as applicable. Kapton insulated wiring shall not be used for any new installation. The Contractor shall be responsible for all logbook entries. To the extent required by the FAA, all personnel performing work under this contract shall possess proper certification and training. E. The Contractor shall obtain FAA certification (Supplemental Type Certification) [STC] or field approval [8110-3/337]) as necessary for all modifications. The Contractor shall obtain FAA authorization to return the aircraft to service following completion of this effort. NOAA will be listed on the STC as owner with full rights and privileges as applied to this individual aircraft. F. All items provided by the Contractor shall either be new or overhauled and shall be properly tagged in conformance with FAA regulations. The Contractor shall obtain instructions from the AOC Maintenance Officer or COTR regarding the disposition of non-exchangeable items. G. One copy of a general work description with a general sketch of the proposal, and any STC numbers planned to be used, both in printed hardcopy and in a portable data format (PDF) file, shall be delivered to the Government with quote. H. Insurance: The Contractor shall provide and maintain insurance of a minimum of $1,500,000.00 Hull & Liability insurance. 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 Governments interest shall not be effective: For such a period as the laws of the State in which the 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. I. Quality Assurance: NOAA may have a representative witness any part of the work performed under this contract. The Contractor shall provide the Government access to the equipment upon request, during the Contractor's standard business hours. The Contractor shall keep the NOAA COTR apprised of the progress and schedule. The contractor is not to proceed with any repairs outside of the scope of this contract without prior written authorization from the Contracting Officer. NOAA will have access to the aircraft throughout the performance of the work. J. Schedule: The anticipated time range for delivery by NOAA, AOC to the contractors facility will be a mutually agreed upon date between 15 May 2008 to 15 July 2008. The schedule for completing the work will be not longer than sixty (60) calendar days. The Contractor is responsible for notifying the Contracting Officer of any potential delays in meeting the schedule prior to the scheduled completion date. K. Over and Above Discrepancies: All additional discrepancies discovered during this work that are outside of the normal work shall be labeled as ?over and above? discrepancies. These discrepancies shall be forwarded to the Contracting Officer, the AOC Maintenance Officer and the Contracting Officer?s Technical Representative (COTR). The Contractor shall provide a proposal for correcting the over and above discrepancies. The proposal shall include a description of the work, schedule for completion, a breakdown of prices including a pricelist for parts, the number of labor hours and price per labor hour. The Contractor shall not proceed with the additional work without prior approval from the Contracting Officer. All work shall be completed in accordance with the manufacturer?s modification manuals. L. Warranty: The Contractor shall provide the industry standard commercial warranty on all parts, products, and services. The warranty provided by the Contractor shall list remedies in the event that warranty work becomes defective. The Contractor guarantees its workmanship, parts, and materials utilized for this project. M. Place of Performance: The work shall be performed at the Contractors facility. The Government will deliver the plane and arrange for pickup after the work is completed and accepted by the Government. N. Submission of Invoices: The Contractor shall submit invoices to the NOAA Aircraft Operations Center, Attention: COTR to be designated at the time of award, 7917 Hanger Loop Drive, Hanger 5, MacDill AFB, FL 33621-5401. The COTR will review the invoice to ensure that the charges are appropriate for the services received and accepted, and will submit the approved invoice to the Government Finance office for payment. 52.212-2 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 most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. These factors are listed in descending order of importance with Factors A, B, and C when combined, being significantly more important than Factor D. Factor A: Technical Capabilities a. Operating limitations imposed on the aircraft. b. Evidence supporting recent modification of a similar model aircraft. c. Provide evidence that its facility is an Authorized Twin Commander Service Center. d. Provide Proof of Insurance documentation. Hull & Liability insurance must be a minimum of $1,500,000.00. e. Identify location of the Fixed Base Operator (FBO) and/or hangar where the contract work will be performed. Consideration will be given to a location within the operational area of the aircraft. Ease of delivery to/from the modifying facility will also be a consideration in the evaluation process. Factor B. Past Performance: The technical proposal must include specific contract references and clearly address recent related experience (both Government and non-Government), contracts, subcontracts, and grants. The offeror should include the name of the customer, including contracting agency, address, and phone number; contract number, type of contract and dollar value; date of contract, period of performance, place of performance; and a brief description of contract work scope and responsibility. Factor C: Proposed Completion Schedule: Offeror must submit estimate of time required for completion of work/inspections minimum to maximum (i.e. minimum 30 maximum 60 calendar days after aircraft is delivered to the Contractors facility). Factor D. Price Proposal: (a) Each offeror's price proposal must be based on the offeror's own technical proposal, the Government's specifications, and other contractual requirements. If the prices to be used are based on a published price list, or catalog, the offeror shall so state, and provide a copy of the document with their price proposal. If the prices are to be based on established market price, not otherwise published, or are prices applicable only to the proposed contract, the offeror shall so state. (b) 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 specified expiration time, the Government 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) 1352.215-75 PROPOSAL EVALUATION PROCEDURES / BASIS FOR AWARD (MAR 2000) a. This is a best value, competitive requirement using Federal Acquisition Regulation (FAR) Part 13 evaluation procedures. Award will be made to the offeror: whose offer conforms to the solicitation requirements; who is determined responsible in accordance with the 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 factor(s) listed above in Evaluation--Commercial Items to be the most advantageous to the Government. b. The Government intends to award one 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. Signed and dated Quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: AMD/Yaple, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before the close of business 1 Aug 2007. Proposals may be faxed to 816-274-6977, Attn: Charlene Yaple. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1, A completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (annual certification may be made at http://orca.bpn.gov) and a completed copy included with your quote; 2. Technical Capabilities 3. Past performance references with contact information as requested above. 4. Project Completion Schedule 5. Pricing information This is a firm fixed price RFQ.
 
Record
SN01346617-W 20070721/070720000952 (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.