Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
DOCUMENT

16 -- PT6A-27 Turbine Eingine for a Twin Otter Aircraft, for NOAA Aircraft Operations Center (AOC), located at MacDill AFB, FL - specifications

Notice Date
4/21/2008
 
Notice Type
specifications
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133M-08-RQ-0335
 
Point of Contact
Charlene A. Yaple, Phone: 816-426-7531
 
E-Mail Address
charlene.a.yaple@noaa.gov
 
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), Central Region Acquisition Division. The requirements are to provide a new Pratt & Whitney, PT6A-27 Turbine Engine to be used on Twin Otter Aircraft, at NOAA Aircraft Operations Center at MacDill AFB, Tampa, FL. This requirement is solicited subject to the availability of funds. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy 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 through the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are required to go on-line at www.bpn.gov to complete its representations and certifications. This notice is hereby issued as RFQ No. WC133M-08-RQ-0335. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (NOV 2007) (Paragraph (c) is amended from 30 days to 160 days.) 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2007 52.212-4 Contract Terms and Conditions (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008), Section (b) (1) (15), (16), (17), (18), (19), (20), (21), (22), (23), (24i), (30), (31), (36). 52.217-4. Evaluation of Options Exercised at Time of Contract Award (JUN 1988) 1352.233-70 Harmless from Liability (MAR 2000) 1352.201-70 Contracting Officer's Authority (MAR 2000) 1352.201-71 Contracting Officer Technical Representative (MAR 2000) 1352.252-70 Regulatory Notice (MAR 2000) 52.247-34 F.O.B. Destination (NOV 1991) 52.225-8, Duty-Free Entry (FEB2000) 52.232-18, Availability of Funds (APR 1984) FAR clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. PRICE/QUOTE: This is an order for commercial supplies. The line item will be quoted and completed in accordance with the terms and conditions and specifications specified herein including standard commercial warranty for all work and parts. Prices quoted for contract line item number (CLIN) 0001 shall be firm-fixed-price inclusive of all costs (FOB Destination at MacDill AFB, FL. ) LINE ITEM 0001: Provide a factory new, zero time Pratt & Whitney Canada gas turbine engine, PT-6-27 Engine, Fed Stock Number 2840-21-860-1455, to be used on NOAA's Dehavilland DHC-6-300 Twin Otter Aircraft. Quantity Unit Price One Ea tiny_mce_marker _____________________ a. Provide a list of standard equipment that is included in the base price quote as well as any optional equipment and accessories and the additional cost for each. Standard Equipment included in base price: (1)_____________ (2)_____________ Optional Equipment Price (1)______________________ tiny_mce_marker _________ (2)______________________ ___________ b. Provide the pricing discount for an engine with a core exchange as well as with no core. In addition, provide provisions for supplying a core to offer as an exchange to the manufacturer. Engine pricing with core exchange tiny_mce_marker ______________ Engine pricing without core exchange tiny_mce_marker ______________ The Government will determine what optional equipment, if any, will be purchased at the time of award and will evaluate pricing based on FAR 52.217-4. Delivery to be FOB Destination at the Aircraft Operations Center, MacDill AFB, Tampa, FL. Specifications to be in accordance with specifications listed below. Warranty shall be in accordance with PT6A and JT15D Turbine Engine Warranty and Service Policy. The brand name of Pratt & Whitney is required to be compatible with existing equipment currently on all the aircraft as stated above. Funds are not currently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds. Statement of Work to Purchase Factory-New Pratt and Whitney PT6A-27 Turbine Engine for Installation on DHC-6-300 Aircraft Introduction: The National Oceanic and Atmospheric Administration, Aircraft Operations Center (NOAA AOC) owns/operates four deHavilland DHC-6-300 Twin Otter aircraft. These aircraft are powered by eight Pratt & Whitney Canada (Part Number PT6A-27) Fed stock number (2840-21-860-1455) engines which are maintained and operated by AOC and contract maintenance personnel. NOAA AOC DHC-6 Twin Otters serve as survey platforms for a multitude of important scientific missions including Coastal Mapping, Northern Right Whale Surveys; Air Quality and Ozone research; Sea Turtle Abundance Surveys; Polar Ice Estimate surveys; Post Hurricane damage assessment surveys and many more. These programs are an integral part of NOAA's strategic mission and commitment to the nation to understand and predict changes in Earth's environment and conserve and manage coastal and marine resources to meet our Nation's economic, social, and environmental needs. The four Twin Otter aircraft fly more than 2600 hours combined each year in support of these programs in locations extending from the Sea of Cortez, Mexico to the Arctic Ocean. It is the intent of NOAA AOC to purchase a factory new PT6A-27 engine in order to reduce overall costs of rental engines during engine changes, decrease maintenance down periods, increase mission efficiency and above all increase safety. A. Scope: NOAA AOC intends to purchase one factory new, zero time Pratt and Whitney Canada gas turbine engine Part Number PT6A-27, Fed Stock Number 2840-21-860-1455 to furnish NOAA AOC's Dehavilland DHC-6-300 Twin Otter Aircraft. The engine shall meet all the standards and certifications set forth by the Pratt & Whitney Canada Engine Manufacturer. A1. Technical Requirements: NOAA AOC requires that all applicable Service Bulletins, Service Letters, Airworthiness Directives, and any other inspections pertaining to the PT6A-27 be complied with prior to purchase. NOAA AOC requires a complete description of engine warranty services, engine specifications, test cell documentation, inspection documentation and certifications and the name, address, and certification of the inspector. In addition, NOAA AOC requires proof of compliance with all Federal Aviation Administration (FAA) certification including Supplemental Type Certificate (STC) and Type Certificate Data Sheets (TCDS) for the make and model of engine prescribed above. The engine will serve as a spare engine for one of the eight PT6A-27 engines operated by the NOAA AOC DHC-6 Twin Otter fleet. The engine will be kept in short term storage at AOC in Tampa, Florida until it is required for service. A2. Delivery Requirements: NOAA AOC requires the engine be available for delivery no later than 12 months from the date of contract award. A3. Quality Assurance: NOAA AOC may request to have a representative witness any part of this contract. The contractor shall keep the Contracting Officer's Technical Representative (COTR) apprised of the progress and schedule. A.4. Submittal of Invoices: Contractor shall submit invoices to the Aircraft Operation Center at the Address shown in block 15 of the Standard Form 1449 - Solicitation/Contract/Order for Commercial Items. TECHNICAL INFORMATION: The following technical information is to be provided. a. Statement that contractor has complied with Pratt and Whitney PT6A-27 Build Specifications (Spec Number 583) or comparable Spec Number. Any additional equipment, accessories, protective coatings provided over and above the standard Build Spec will be given higher evaluation ratings. b. Provide Engine Warranty documentation and terms; engine specifications and test cell documentation. c. Provide documentation of compliance with applicable Manufacturer certifications and FAA airworthiness certifications for engines and accessories including documentation of Type Certificate Data and Technical Standard Orders (TSO) for auxiliary power units, applicable Service Bulletins, Service Letters, and any applicable Airworthiness Directives, inspection documentation, certifications and the name, address and certification of inspector. d. Factory new engines will require additional labor to "build up" the engine in preparation for installation on the airframe. As an option, provide additional cost for building up the factory new engine with equipment such as wiring harnesses, engine baffling, and any accessories to make it available as a Quick Engine Change (QEC). Quote shall list equipment included in "build-up". e. Documentation that protective anti-corrosive coating will be provided on the engine for operations in the marine environment. PAST PERFORMANCE: Provide up to three references of providing similar type engines, to include contract number, name address and point of contact with phone number. PRICE: Prepare pricing in accordance with the line items in this announcement. The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12. The evaluation of quotes shall be based on the offeror's responsiveness to the item listed, offeror's price proposal and the offerors ability to exhibit an understanding of the requirements included in this RFQ. The Government will award the purchase order to the contractor that represents the best value for the work. All responsible offerors may submit a response to this notice that will be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8fb7222a7cb135649209e32241399d9b&tab=core&_cview=1)
 
Document(s)
specifications
 
File Name: Engine Specifications (engine specs Pratt & Whitney.pdf)
Link: https://www.fbo.gov//utils/view?id=53d5d867bed1155ff606eb00d74f3174
Bytes: 126.38 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NOAA Central Region Acquisition Division, Room 1756, 601 E. 12th St., Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN01558160-W 20080423/080421215525-8fb7222a7cb135649209e32241399d9b (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.