Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
SOLICITATION NOTICE

X -- LEASE HANGAR SPACE FOR TWIN OTTER MONTEREY BAY, CA

Notice Date
4/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NMAN6000-10-05058
 
Archive Date
5/21/2010
 
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
(ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is the public notice for acquisitions over $10,000.00. 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. AOC intends to issue fixed price purchase order for lease of hangar space and services in the Monterey, CA area for a DHC-6 Twin Otter aircraft from October 1, 2010 through June 15, 2011 with two option periods. 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.NAAN6000-10-05058. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-40. CLAUSES AND PROVISIONS The FAR (52) and CAR (1352) clauses incorporated into this acquisition are: 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 (MAR 2009), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2009) Section (b) (8i), (18), (19), (21), (22), (24), (33), (38), 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend Term of the Contract (MAR 2000) 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. STATEMENT OF WORK: a) BACKGROUND. The National Oceanic and Atmospheric Administration (NOAA) owns/operates four DHC-6 Twin Otter aircraft in various locations throughout the United States, Mexico, and Canada. It has been determined that one of these DHC-6 Twin Otter aircraft will be based out of the Monterey Bay area of California to be operated in support of critical marine mammal surveys, law enforcement and marine sanctuary related research. Due to the maritime environment of the central coast, it has been determined that the aircraft will be based in a hangar while not operational. The hangar will protect the aircraft from the environment as well as protect the flight crew and maintenance personnel while performing routine maintenance and pre and post-flight activities. SCOPE: A DHC-6 Twin Otter is currently based out of Monterey Peninsula Airport (KMRY) in Monterey, CA to stage for additional tasking along the west coast. The area of operations for this aircraft will be from Baja, CA to Barrow, AK requiring the aircraft to be away from Monterey CA for many months out of the year during the upcoming 2010 field season. The contractor shall provide hangar space for one DHC-6 Twin Otter having a wing span of 65 feet and 19 feet high at the tail. Flight crews shall have access to the aircraft 24 hours a day, 7 days a week. The contractor can determine if access will be available using on-site personnel that are available at any time, or if not available, issue keys to the flight crews for the hangar where the aircraft is stored. Security clause 1352.239-73 does not apply to the SOW and a Security Accreditation Package is not required. The following services are requested as part of the hangar rental price. If there are extra charges or fees for any of these services in addition to the fixed base hangar rental price, provide separate pricing information for each item: 1)Ground support equipment use including: a)Qualified ground personnel to assist in the infrequent towing of the aircraft in and out of hangar depending on operational requirements, b)Tow vehicle for aircraft movement in and out of hangar, c)The 24 hr. availability of JET-A fuel or equivalent and corresponding fuel line service personnel for fueling requests, d)Should a Government fuel contract be awarded at KMRY, that contract fuel provider shall be able to refuel the aircraft regardless of the hangars location. 2)Hangar amenities including but not limited to: a)All current utilities to include electricity, gas (should gas heat be required), water, sewer, and local/long distance phone service, b)Use of office space, approx. 10 ft x 10 ft within hangar or contractor facilities for flight crew personnel to include phone/fax/copier. Internet access is desired, but not required, 3)24-hour access for maintenance and flight crew with ability to secure the hangar and office from unauthorized access, 4)Acceptance of Multiservice Air Card for payment of fuel and incidentals. b) PERFORMANCE PERIOD. The hangar lease is required from October 1, 2010 thru June 15, 2011 with two (2) option periods. Option period 1: October 1, 2011 thru June 15, 2012 and option period 2 October 1, 2012 thru June 15, 2013. However, the Government reserves the right to change those dates or terminate the purchase order at no additional cost to the Government if it deems the hangar services are no longer necessary for operational requirements to be issued as a formal modification to the order. At the conclusion of the lease, Government owned parts, equipment, and property shall be returned to the Government. c) INSURANCE. The contractor shall at its own expense, provide and maintain liability and hull insurance of not less than $3,000,000.00 to cover the aircraft in the event of fire or any catastrophic damage to the hangar resulting in loss or damage to the aircraft. Contractor shall provide the Contracting Officer written documentation that the required insurance has been obtained along with a copy of the insurance certificate. d) CONTACT: @AOC, LT Jason Mansour, Tel. No. 831-647-4260 e) SUBMITTAL OF INVOICES. Contractor shall submit invoices to AOC using the address shown in block 15 of the Standard Form 1449 Solicitation/Contract/Order for Commercial Items. Lease payments shall be on a monthly basis, paid in arrears. 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 herein. Lease shall be in accordance with standard commercial practice. Prices quoted for contract line item numbers (CLINs) 0001, 0002, 0003, 0004, 0005, and 0006 shall be firm-fixed-price inclusive of all costs. LINE ITEM 0001: Base Period: Provide hangar space and services for a DHC-6 Twin Otter per statement of work for period October 1, 2010 thru June 15, 2011. 9.5 months $__________/mo Total Period Price $__________ LINE ITEM 0002: Base Period: Additional Charges, if any, for period October 1, 2010 thru June 15, 2011. Government will determine a fixed amount for the period for this line item to include all of the following items listed below. Contractor will draw down from the amount as costs are incurred. If there are other costs that are not listed, contractor shall include on blank line provided. If there is no charge for an item listed, contractor shall so indicate. Contractor exceeds that amount at its own risk. Charge for Hangar Door Opening: $__________ per opening Maximum daily charge for door opening: $_______ per day Charge for office space: $_____________per month Charge for power cart start: $__________________per start Charge for tow vehicle: $_________________ per use Charge for forklift: $____________________ per use Charge for internet service, phone/fax/copier: $_______per month Charge for 24 hr availability of JET-A fuel $________per month Additional charges not listed:$_______________________ LINE ITEM 0003: OPTION PERIOD 1. Provide hangar space and services for a DHC-6 Twin Otter per statement of work for period October 1, 2011 thru June 15, 2012. 9.5 months $______/mo Total Period Price $______ LINE ITEM 0004: OPTION PERIOD 1. Additional Charges, if any, for period October 1, 2011 thru June 15, 2012. Government will determine a fixed amount for the period for this line item to include all of the following items listed below. Contractor will draw down from the amount as costs are incurred. If there are other costs that are not listed, contractor shall include on blank line provided. If there is no charge for an item listed, contractor shall so indicate. Contractor exceeds that amount at its own risk. Charge for Hangar Door Opening: $__________ per opening Maximum daily charge for door opening: $_______ per day Charge for office space: $_____________per month Charge for power cart start: tiny_mce_marker__________________per start Charge for tow vehicle: $_________________ per use Charge for forklift: $____________________ per use Charge for internet service, phone/fax/copier: $___________per month Charge for 24 hr availability of JET-A fuel $________per month Additional charges not listed: $______________________ LINE ITEM 0005: OPTION PERIOD 2. Provide hangar space and services for a DHC-6 Twin Otter per statement of work for period October 1, 2012 thru June 15, 2013. 9.5 months $_____/mo Total Period Price $_______ LINE ITEM 0006: OPTION PERIOD 2. Additional Charges, if any, for period October 1, 2012 thru June 15, 2013. Government will determine a fixed amount for the period for this line item to include all of the following items listed below. Contractor will draw down from the amount as costs are incurred. If there are other costs that are not listed, contractor shall include on blank line provided. If there is no charge for an item listed, contractor shall so indicate. Contractor exceeds that amount at its own risk. Charge for Hangar Door Opening: $___________ per opening Maximum daily charge for door opening: $_______ per day Charge for office space: $_____________per month Charge for power cart start: $__________________per start Charge for tow vehicle: $_________________ per use Charge for forklift: $____________________ per use Charge for internet service, phone/fax/copier: $___________per month Charge for 24 hr availability of JET-A fuel $________per month Additional charges not listed: $______________________ Signed and dated quotes must be submitted. Quotes must be received on or before 12:00 Noon Central time May 6, 2010. 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 reps and certs may be made at http://orca.bpn.gov and stated in the quote that ORCA has been completed), 2.Proof of Insurance in the amount required, 3.Past Performance References (no more than 3), 4.Pricing Information, and 5.Description of hangar space that at a minimum addresses each service provided. 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 items listed, offeror's price proposal and the offeror's ability to exhibit an understanding of the requirements. The Government will award the purchase order to the contractor that is the best value for the service. All responsible offerors may submit a response to this notice that will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-10-05058/listing.html)
 
Place of Performance
Address: cONTRACTOR'S FACILITY, United States
 
Record
SN02128660-W 20100423/100421235302-a56b3a237e2517b13f79e6752b8883b6 (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.