Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
DOCUMENT

J -- MAINTENANCE OF AEROSPACE GROUND SUPPORT EQUIPMENT FOR AIRCRAFT AT NOAA, AOC - STATEMENT OF WORK

Notice Date
7/30/2008
 
Notice Type
STATEMENT OF WORK
 
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, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
NAAN6000-8-32243
 
Response Due
8/20/2008
 
Point of Contact
Ronald F Anielak,, Phone: 816-426-2115, Donita S. McCullough,, Phone: (816)426-7400
 
E-Mail Address
ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov
 
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 for maintenance of various aerospace ground support equipment at AOC, MacDill AFB, FL. 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 Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & 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.NAAN6000-8-32243. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-26. CLAUSES AND PROVISIONS: The FAR (52) and CAR (1352) clauses incorporated into this acquisition are: 52.204-9 Personal Identity Verification of Contractor Personnel (AUG 2007), 52.212-1 Instructions to Offerors - Commercial Items (JUNE 2008), 52.212-3 Offeror Representations and Certifications Commercial Items (JUNE 2008), 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 (JUNE 2008) Section (b) (5i), (16), (18), (19), (20), (21), (22), (23), (24i), (31), (36); Section (c) (1), (2) Aircraft Mechanic $33.50/hr, and (3) 52.247-34 F.O.B. Destination (NOV 1991), 52.216-31 Time & Material/Labor Hour Proposal Requirements-Commercial Item Acquisition (FEB 2007), 52.217-8 Option to Extend Services (NOV 1999) within 60 days before the contract is set to expire, 52.217-9 Option to Extend Term of the Contract (MAR 2000) 30 days prior to expiration of the current performance period, 60 days, 5 years, 1352.228-70 Insurance Coverage (MAR 2000) (delete reference to 52.228-5 within the clause) Property damage $50,000.00, 1352.228-72 Deductibles under Required Insurance Coverage (MAR 2000), 1352.233-70 Harmless from Liability (MAR 2000), 1352.201-70 Contracting Officer's Authority (MAR 2000), 1352.252-70 Regulatory Notice (MAR 2000) Homeland Security Presidential Directive 12 (HSPD-12) The performance of this contract required contractors to have physical access to Federal premises for more than 180 days or access to a Federal information system. Any items or services delivered under this contract shall comply with the Department of Commerce personal identify verification procedures that implement HSPD-12, FIPS PUB 201 and OMB Memorandum M-05-24. The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a Federal controlled facility or access to a Federal information system. 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. STATEMENT OF WORK is an attachment to this announcement. PRICE/QUOTE: This is an order for commercial services. The line item(s) will be quoted and completed in accordance with the terms and conditions and specifications specified in the attached statement of work (SOW) including standard commercial warranty for all work and parts. The Department of Labor Service Act Wage Determination for the Tampa area in which the work is to be completed is applicable. Offerors can obtain the wage determination by accessing the following website: www.dol.gov/wagedeterminations. Prices quoted for contract line item numbers (CLINs) 0001, 0002, 0003, 0004, 0005 shall be firm-fixed-price inclusive of all costs. CLIN 0006 is on a time-and-materials basis with amount to be determined by the Government at time of award. LINE ITEM 0001: The following equipment will receive Periodic Maintenance Inspections on a weekly basis and serviced as required in accordance with the SOW. This CLIN is on a firm fixed price yearly basis. Provide weekly pricing to include inspections and servicing for each item. *Note* All hydraulic man lifts are non-powered. 1. 3-ton jack 52 wks Unit Price _________ Total Price_____________ 2. Jack 52 wks Unit Price _________ Total Price__________________ 3. 10-ton jack 52 wks Unit Price _________ Total Price ___________ 4. Towbar G-4 52 wks Unit Price _________ Total Price ___________ 5. Towbar TRON 52 wks Unit Price_________ Total Price___________ 6. Towbar TRON 52 wks Unit Price_________ Total Price___________ 7. Hyd. Plat ladder 52 wks Unit Price_________ Total Price_________ 8. Hyd plat ladder 52 wks Unit Price________ Total Price___________ 9. Towbar Shrike 52 wks Unit Price________ Total Price___________ 10. Towbar Otter 52 wks Unit Price________ Total Price____________ 11. Lav. Cart 52 wks Unit Price___________ Total Price____________ 12. Towbar G-4 52 wks Unit Price_________ Total Price____________ 13. P-3 Towbar 52 wks Unit Price_________ Total Price____________ 14. Hyd man lift 52 wks Unit Price _________ Total Price__________ 15. Hyd Mnalift 500lb 52 wks Unit Price ______ Total Price________ 16. 12' Plat Ladder 52 wks Unit Price________ Total Price________ 17. Golf cart 52 wks Unit Price _________ Total Price_____________ 18. Golf cart 52 wks Unit Price_________ Total Price______________ 19. Golf cart 52 wks Unit Price_________ Total Price______________ 20. Tractor 52 wks Unit Price_________ Total Price _______________ 21. 60 KVA Generator 52 wks Unit Price______ Total Price_________ 22. Start cart 52 wks Unit Price_________ Total Price______________ 23. Golf cart 52 wks Unit Price_________ Total Price_______________ 24. Hyd Plat Ladder 500lb 52 wks Unit Price______ Total Price______ 25. 30-ton tripod jack 7' 52 wks Unit Price______ Total Price_______ 26. 30 ton tripod jack 6' 52 wks Unit Price______ Total Price_______ 27. 30 ton tripod jack 6' 52 wks Unit Price______ Total Price_______ 28. Bomb lift 52 wks Unit Price_________ Total Price_______________ 29. 10 ton tripod jack 4' 52 wks Unit Price______ Total Price_______ 30. 10 ton tripod jack 4' 52 wks Unit Price______ Total Price_______ 31. Hyd. Pla 4 wheel 500lb 52 wks Unit Price_____ Total Price______ 32. Plat Ladder 3 wheel 8' 52 wks Unit Price_____ Total Price______ 33. 3 ton tripod jack 1' 52 wks Unit Price______ Total Price ________ 34. 12-ton tripod jack 3.5' 52 wks Unit Price______ Total Price______ 35. 25-ton tripod jack 3.5' 52 wks Unit Price ______ Total Price______ 36. 25-ton tripod jack 3.5' 52 wks Unit Price _____ Total Price______ 37. Prop dolly on 4 wheels 52 wks Unit Price______ Total Price______ 38. Engine stand 52 wks Unit Price_________ Total Price___________ 39. Aircraft tractor 52 wks Unit Price_______ Total Price____________ 40. Air conditioning truck 52 wks Unit Price______ Total Price_______ 41. Pressure washer 52 wks Unit Price________ Total Price__________ 42. Gen set gas portable 52 wks Unit Price_____ Total Price________ 43. Gen set gas portable 52 wks Unit Price _____ Total Price________ 44. Gen set gas portable 52 wks Unit Price______ Total Price________ 45. Gen set diesel 5.5k port 52 wks Unit Price______ Total Price_____ 46. Shop fan 52 wks Unit Price_________ Total Price_________ 47. Shop fan 52 wks Unit Price_________ Total Price_________ 48. Shop fan 52 wks Unit Price_________ Total Price_________ 49. Shop fan 52 wks Unit Price_________ Total Price_________ 50. Shop fan 52 wks Unit Price_________ Total Price_________ 51. Shop fan 52 wks Unit Price_________ Total Price _________ 52. Shop fan 52 wks Unit Price_________ Total Price _________ LINE ITEM 0002: The following equipment will receive Periodic Maintenance Inspections on a monthly basis and serviced as required in accordance with the SOW. This CLIN is on a firm fixed price yearly basis. Provide monthly pricing for each item. Item number 53. 10' plat ladder 12 mos Unit Price___________ Total Price_______ 54. 12' plat ladder 12 mos Unit Price __________ Total Price_______ 55. 28 volt generator 12 mos Unit Price_________ Total Price_______ 56. GPU 28 volt 12 mos Unit Price_____________ Total Price_______ 57. Engine Stand 12 mos Unit Price___________ Total Price _______ 58. Engine stand 12 mos Unit Price____________ Total Price_______ 59. Prop stand 12 mos Unit Price_____________ Total Price_______ 60. Engine stand 12 mos Unit Price ___________ Total Price_______ 61. Plat ladder 3-wheel 6' 12 mos Unit Price______ Total Price______ 62. Plat ladder 3-wheel 6' 12 mos Unit Price______ Total Price______ 63. Plat ladder 3-wheel 8' 12 mos Unit Price______ Total Price______ 64. Plat ladder 2-wheel 8' 250lb 12 mos Unit Price _____ Total Price______ 65. Plat ladder 4-wheel 7' 12 mos Unit Price_____ Total Price_______ 66. Prop Stand 12 mos Unit Price ________ Total Price____________ 67. Prop Stand P-3 12 mos Unit Price______ Total Price __________ 68. Prop Stand P-3 12 mos Unit Price______ Total Price __________ 69. Plat ladder 10' 12 mos Unit Price______ Total Price ___________ Line Item 0003: ADDITIONAL QUARTERLY INSPECTIONS; in addition to the weekly and monthly inspections and servicing, requirements for changing oil and filters in motorized equipment on a quarterly basis shall be complied with. Lump Sum pricing to include all oil and filter changes in motorized equipment on a quarterly basis. 4 qtrs. Unit Price_____________ Total Price__________________ Line item 0004: SEMI-ANNUAL INSPECTIONS; in addition to the above inspections and servicing, motorized equipment, such as GPU's and Generators, will be load tested with a test bank on a semi-annual basis. Lump sum pricing to include all load tests on motorized equipment on a semi-annual (six month) basis. 2 ea. Unit Price_______________ Total Price___________________ Line item 0005: ANNUAL INSPECTIONS; in addition to the above inspections and servicing, non-motorized load bearing equipment will receive load tests. This includes but is not limited to engine stands, tripods, jacks, and prop stands. Lump sum pricing to include all load tests on non-motorized equipment on an annual basis. 1 yr. Unit Price _______________ Total Price___________________ LINE ITEM 0006: Over and Above Items including parts and labor. Amount to be determined by the Government at time of award. This CLIN is on a time and materials basis. Contractor exceeds the amount determined at time of award at its own risk. One (1) YR $ NOT TO EXCEED VALUE TO BE DETERMINED BY THE GOVERNMENT AT TIME OF AWARD LOADED LABOR RATE PER HOUR (regular rate)_______________ LOADED LABOR RATE PER HOUR (overtime rate)_______________ PARTS DISCOUNT OFF LIST PRICE (if any): ____________________ PERIOD OF PERFORMANCE: Base Period - One (1) year from October 1, 2008 thru September 30, 2009 with four (4) one-year option periods. Option Period I 10/01/2009 thru 09/30/2010 PERCENT INCREASE %__________ for line items 0001, 0002, 0003, 0004, 0005, and 0006 applied to base year pricing. Option Period II 10/01/2010 thru 09/30/2011 PERCENT INCREASE %__________ for line items 0001, 0002, 0003, 0004, 0005, and 0006 applied to option year I pricing. Option Period III 10/01/2011 thru 09/30/2012 PERCENT INCREASE %__________ for line items 0001, 0002, 0003, 0004, 0005, and 0006 applied to option year II pricing. Option Period IV 10/01/2012 thru 09/30/2013 PERCENT INCREASE %__________ for line items 0001, 0002, 0003, 0004, 0005, and 0006 applied to option year III pricing. Signed and dated quotes must be submitted. Quotes must be received on or before close of business August 20, 2008. Quotes may be faxed to 816-274-6951 Attn: Ron Anielak or e-mailed to ronald.f.anielak@noaa.gov. 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 included with your quote), 2. Proof of required Liability Insurance in the amount of $50,000.00 minimum, 3. Certifications for proposed technicians (experience and qualifications) 4. Past Performance References (no more than 3), 5. Pricing Information to include labor rates and option periods, and 6. Technical proposal to include: (1) overall experience and qualifications of company managing a large AGSE program, (2) work experience of proposed powered and non-powered AGSE technicians, both (1) and (2) must describe most recent work experience providing month/year dates for time frames provided, (3) ability to access MacDill AFB. The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Parts 12, 13, and 15 and clause 52.212-2. The evaluation of quotes shall be based on the following: A. Minimum Technical Acceptability Standard (non-cost factor) Offeror is to provide Proof of Liability Insurance in the minimum amount of $50,000.00 B. Technical Evaluation Factors (equal in importance) l) Demonstrated evidence of having performed work comparable in size and of the nature of that described herein; 2) Past Performance (customer satisfaction, quality, and timeliness); 3) Demonstrated experience and trained staff; 4) Ability to obtain access to MacDill AFB. Price will be a consideration during evaluation. Price is less important than other non-cost items. The Government will award the order to the contractor that is the best value for the work required. 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=15b563c538044c7dbe0bf88a6d12b0d6&tab=core&_cview=1)
 
Document(s)
STATEMENT OF WORK
 
File Name: STATEMENT OF WORK FOR AGSE FOR NOAA.AOC (AOC SOW Ground Support Equipment AGE REV 7.28.08.doc)
Link: https://www.fbo.gov//utils/view?id=ad983253c3c509b00292d67535c038dd
Bytes: 58.50 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: MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01627004-W 20080801/080730222542-15b563c538044c7dbe0bf88a6d12b0d6 (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.