Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2010 FBO #3180
SOLICITATION NOTICE

J -- ENGINE SERVICES FOR DHC-6 TWIN OTTER AIRCRAFT

Notice Date
8/7/2010
 
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
WC133M-10-RQ-1151
 
Archive Date
9/11/2010
 
Point of Contact
Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
Sharon.Clisso@noaa.gov
(Sharon.Clisso@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this notice. This is a solicitation from the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City Office. The requirement is for engine services for DHC-6 Twin Otter (PT6A-27) aircraft to include overhaul, remove and replace, scheduled and unscheduled repairs, loaner engines while NOAA engines are being overhauled, and purchase of overhauled or new engines for the NOAA Aircraft Operations Center (AOC) at MacDill AFB, Tampa FL. This is an Indefinite Delivery -Indefinite Quantity contract with a base year and four option years. This notice constitutes the only Request for Quote (RFQ). A hardcopy written RFQ will not be issued. All quotes must be faxed or emailed to the attention of Sharon Clisso, Contract Specialist. The fax number is 816-274-6922 and the email address is Sharon.Clisso@noaa.gov. DOC, Eastern Acquisition Division - Kansas City Office 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 offerors must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at http://ORCA.BPN.GOV. This notice is hereby issued as RFQ WC133M-10-RQ-0801. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) [Paragraph (c) is amended from 30 days to 60 days] 52.212-2 Evaluation-Commercial Items (JAN 1999) (Evaluation Criteria: Technical & Past Performance) 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) 52.212-4 Contract Terms and Conditions (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010), Section (b) (1), (9)(i), (11), (13), (19), (20), (22), (23), (24), (25), (34), (39), (c)(1), (2) [Aircraft Mechanic @$33.50/hr] 52.216-1 Type of Contract (APR 1984) (Indefinite-Delivery) (Firm-Fixed Price) 52.216-18 Ordering (OCT 1995) 52.216-19 Order Limitations (Date of award through five years thereafter provided options are exercised) (Minimum $7,500.00; Maximum $500,000.00) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) within 60 days before the contract will expire 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) within 60 days before the contract is set to expire, 60 days; (c) shall not exceed 5 years 52.222-49 Service Contract Act -Place of Performance Unknown (MAY 1989) (Wage Determination will be incorporated at time of award) (Request for Wage Determination must be in writing, email is acceptable, by 10:00 AM on August 17, 2010) 52.232-18 Availability of Funds (APR 1984) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) (To be designated at time of award) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.216-74 Task Orders (APR 2010) 1352.216-75 Minimum and Maximum Contract Amounts (APR 2010) (Minimum: $15,000.00, Maximum: $500,000.00) 1352.216-76 Placement of Orders (APR 2010) (To be designated at time of award) 1352.228-70 Insurance Coverage (APR 2010) (See Insurance paragraph in Statement of Work) 1352.228-72 Deductibles Under Required Insurance Coverage - Fixed Price (APR 2010) 1352.233-70 Agency Protests (APR 2010) (b) Donita McCullough, DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1756, Kansas City, MO 64106 (c) DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1756, Kansas City, MO 64106 (e) US Department of Commerce, Office of the General Counsel, Chief, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 481-5858. 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) 1352.237-75 Key Personnel (APR 2010) (Service Manager, Lead Technician, Contract Administrator) 1352.246-70 Place of Acceptance (APR 2010) (DOC/NOAA/AOC/MacDill AFB, FL) 1352.270-70 Period of Performance (APR 2010) ((a) base period is date of award through 12 months thereafter). ((b) Option I: starts at the end of the base period through 12 calendar months thereafter. Option II: starts at the end of Option I through 12 calendar months thereafter. Option III: starts at the end of Option II through 12 calendar months thereafter. Option IV: starts at the end of Option III through 12 calendar months thereafter.) FAR clauses and provisions are available on the internet website: http://www.acquisition.gov/far. CAR clauses and provisions are available on the internet website: http://oam.ocs.doc.gov/CAPPS_car.html PRICE/QUOTE: This is contract for commercial services. The line item(s) shall be quoted and completed in accordance with the terms and conditions and the statement of work contained in this notice. The prices quoted for contract line items shall be firm-fixed price inclusive of all costs. The Government intends to award a five year Indefinite Delivery, Indefinite Quantity contract with the N46RF event being Task Order 1 with a price for the overhaul of two engines and a not to exceed amount for the Over and Above Items. The Contractor may quote on all or as little as one item. BASE YEAR: LINE ITEM 0001: Overhaul to zero time (excluding life limited parts) one PT6A-27 engine to include 100 percent replacement of all overhaul replacement parts, overhaul of all engine accessories (fuel control, bleed valves, fuel pumps, etc.) tear down inspection, and test cell run. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0002: Parts and labor rate for over and above discrepancies during overhaul, scheduled maintenance, and unscheduled maintenance. Labor: $ ________ Per Hour Overtime $_______ Per Hour Parts: _________% Discount off list price. LINE ITEM 0003: Remove and replace one engine at the contractor's facility, and return the aircraft back to service Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0004: Remove and replace one engine at AOC in Tampa, FL and return the aircraft back to service. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0005: Loaned Engine: Estimate 200 Flight Hours. Hourly Rate: $___________ Daily Rate: $___________ LINE ITEM 0006: Overhaul exchange of one PT6A-27 engine assembly. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0007: Outright purchase of one factory new PT6A-27 engine assembly. Provide delivery date of new engine. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ Delivery Date: ________________________ LINE ITEM 0008: Outright purchase of one overhauled PT6A-27 engine assembly. Provide delivery date and estimated hours of TSO of overhauled engine. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ Delivery Date: _____________________ TSO estimated hours: _____________________ OPTION YEAR I LINE ITEM 0009: Overhaul to zero time (excluding life limited parts) one PT6A-27 engine to include 100 percent replacement of all overhaul replacement parts, overhaul of all engine accessories (fuel control, bleed valves, fuel pumps, etc.) tear down inspection, and test cell run. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0010: Parts and labor rate for over and above discrepancies during overhaul, scheduled maintenance, and unscheduled maintenance. Labor: $ ________ Per Hour Overtime Labor: $_______ Per Hour Parts: _________% Discount off list price. LINE ITEM 0011: Remove and replace one engine at the contractor's facility, and return the aircraft back to service Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0012: Remove and replace one engine at AOC in Tampa, FL and return the aircraft back to service. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0013: Loaned Engine: Estimate 200 Flight Hours. Hourly Rate: $___________ Daily Rate: $___________ LINE ITEM 0014: Overhaul exchange of one PT6A-27 engine assembly. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0015: Outright purchase of one factory new PT6A-27 engine assembly. Provide delivery date of new engine. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ Delivery Date: ________________________ LINE ITEM 0016: Outright purchase of one overhauled PT6A-27 engine assembly. Provide delivery date and estimated hours of TSO of overhauled engine. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ Delivery Date: _____________________ TSO estimated hours: _____________________ OPTION YEAR II LINE ITEM 0017: Overhaul to zero time (excluding life limited parts) one PT6A-27 engine to include 100 percent replacement of all overhaul replacement parts, overhaul of all engine accessories (fuel control, bleed valves, fuel pumps, etc.) tear down inspection, and test cell run. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0018: Parts and labor rate for over and above discrepancies during overhaul, scheduled maintenance, and unscheduled maintenance. Labor: $ ________ Per Hour Overtime Labor: $_______ Per Hour Parts: _________% Discount off list price. LINE ITEM 0019: Remove and replace one engine at the contractor's facility, and return the aircraft back to service Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0020: Remove and replace one engine at AOC in Tampa, FL and return the aircraft back to service. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0021: Loaned Engine: Estimate 200 Flight Hours. Hourly Rate: $___________ Daily Rate: $___________ LINE ITEM 0022: Overhaul exchange of one PT6A-27 engine assembly. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0023: Outright purchase of one factory new PT6A-27 engine assembly. Provide delivery date of new engine. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ Delivery Date: ________________________ LINE ITEM 0024: Outright purchase of one overhauled PT6A-27 engine assembly. Provide delivery date and estimated hours of TSO of overhauled engine. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ Delivery Date: _____________________ TSO estimated hours: _____________________ OPTION YEAR III LINE ITEM 0025: Overhaul to zero time (excluding life limited parts) one PT6A-27 engine to include 100 percent replacement of all overhaul replacement parts, overhaul of all engine accessories (fuel control, bleed valves, fuel pumps, etc.) tear down inspection, and test cell run. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0026: Parts and labor rate for over and above discrepancies during overhaul, scheduled maintenance, and unscheduled maintenance. Labor: $ ________ Per Hour Overtime Labor: $_______ Per Hour Parts: _________% Discount off list price. LINE ITEM 0027: Remove and replace one engine at the contractor's facility, and return the aircraft back to service Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0028: Remove and replace one engine at AOC in Tampa, FL and return the aircraft back to service. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0029: Loaned Engine: Estimate 200 Flight Hours. Hourly Rate: $___________ Daily Rate: $___________ LINE ITEM 0030: Overhaul exchange of one PT6A-27 engine assembly. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0031: Outright purchase of one factory new PT6A-27 engine assembly. Provide delivery date of new engine. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ Delivery Date: ________________________ LINE ITEM 0032: Outright purchase of one overhauled PT6A-27 engine assembly. Provide delivery date and estimated hours of TSO of overhauled engine. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ Delivery Date: _____________________ TSO estimated hours: _____________________ OPTION YEAR IV LINE ITEM 0033: Overhaul to zero time (excluding life limited parts) one PT6A-27 engine to include 100 percent replacement of all overhaul replacement parts, overhaul of all engine accessories (fuel control, bleed valves, fuel pumps, etc.) tear down inspection, and test cell run. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0034: Parts and labor rate for over and above discrepancies during overhaul, scheduled maintenance, and unscheduled maintenance. Labor: $ ________ Per Hour Overtime Labor: $_______ Per Hour Parts: _________% Discount off list price. LINE ITEM 0035: Remove and replace one engine at the contractor's facility, and return the aircraft back to service Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0036: Remove and replace one engine at AOC in Tampa, FL and return the aircraft back to service. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0037: Loaned Engine: Estimate 200 Flight Hours. Hourly Rate: $___________ Daily Rate: $___________ LINE ITEM 0038: Overhaul exchange of one PT6A-27 engine assembly. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0039: Outright purchase of one factory new PT6A-27 engine assembly. Provide delivery date of new engine. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ Delivery Date: ________________________ LINE ITEM 0040: Outright purchase of one overhauled PT6A-27 engine assembly. Provide delivery date and estimated hours of TSO of overhauled engine. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ Delivery Date: _____________________ TSO estimated hours: _____________________ ENGINE OVERHAULS FOR NOAA DHC-6 TWIN OTTER AIRCRAFT STATEMENT OF WORK A.1 Background: The two PT6A-27 engines on the National Oceanic and Atmospheric Administration's (NOAA) DeHavilland Twin Otter, FAA registration N46RF will require overhaul due to approaching Time Between Overhaul (3600 Hours). The aircraft's primary mission, as an observation platform for marine mammals, requires low level operation over salt water. The average flight lasts for duration of five hours: hence the low engine cycles. The engine has been on the Trend Group/Dallas Airmotive, Turbine Engine Monitoring Program (TEMP) since the new engines were installed at aircraft total time 6,013.8. Oil samples were taken conditionally. The engines will be delivered to the overhaul facility in serviceable condition, or as removed from an airworthy aircraft. This work for the base period will be performed in the fall of 2010 timeframe. Pertinent information applicable to the engines as of March 22, 2010 is below. The aircraft is expected to arrive at the vendor's facility with not more than 3960 hours and 2000 cycles since the engines were installed. NOAA is looking at the overhaul of the two engines for aircraft N46RF as Task Order 1 to be issued under the Indefinite Delivery, Indefinite Quantity contract. Manufacture: Pratt & Whitney Model: PT6A-27 Serial Number: PCEPG0220 (#1 L/H) Time Since New: 3,332.6 Cycles Since New: 1,672 Time Since Overhaul: New at install Cycles Since Overhaul: New at install Last Overhaul: N/A Last Hot Section Inspection: N/A All engine components were new at install Manufacturer: Pratt & Whitney Model: PT6A-27 Serial Number: PCEPG0221 (#2 R/H) Time Since new: 3,332.6 Cycles Since new: 1,672 Time Since Overhaul New at install Cycles Since Overhaul New at install Last Overhaul: N/A Last Hot Section Inspection: N/A All engine components were new at install. SCOPE: A. 2 The contractor shall provide all labor, materials, equipment, special tools and facilities to overhaul the Government's engines to a zero time since overhaul status. The overhauls shall be in accordance with the Pratt & Whitney PT6A-27overhaul manual. The contractor shall replace all parts recommended by the manufacturer to be replaced at each overhaul regardless of their apparent condition; this includes but is not limited to gaskets, packing rubber parts, lock washers, tab locks, etc. Only FAA approved parts are to be used. Parts Manufacturer Approved (PMA) parts are preferred. The Government and/or the contractor will remove the engines from the aircraft at a mutually agreed upon location. The Government may elect to have the contractor remove and re-install the engines at the contractor's overhaul facility or remove them at the Aircraft Operations Center (AOC) in Tampa, FL. The contractor overhauling the engine will be responsible for providing all shipping containers and payment of freight for the PT6A-27 engines and containers to and from the AOC if required. Once the engines have been shipped to the overhaul facility the contractor will provide within fifteen working days a cost estimate with timeline of repairs, and tear down inspection report that includes the extent of the inspections, condition of all major components, remaining routable life limits, outstanding service bulletins and airworthiness directives that must be complied with, and any recommendations for maintenance actions for the prevention of further expenses to the Government fleet. Once the overhaul is complete the contractor will run the engines on a test cell prior to re-installing on the aircraft. It is expected that the engines will be ready to reinstall on aircraft within ninety days. The Contractor shall be responsible for all FAA and AOC required documentation. Offerors must provide a firm fixed price for tear down inspection, overhaul with known replacement parts, and run on a test cell after the overhaul and prior to installation on the aircraft. The Government also needs to know the cost and availability of overhauled exchange engines and a factory new engine. A loaner engine may be needed for an estimated 200 hours during the overhaul period and should be quoted at an hourly rate and/or daily rate. Any life limited part or component that has not reached its recommended service life but fails inspection and needs to be replaced will be treated as an over and above. Since the government cannot determine which parts or components if any meet this criteria offerors are asked to provide what Labor rate they will charge the government per hour for over and above discrepancies. Secondly, offerors are asked to provide what percent discount off list price for replacement parts, both new and overhauled, will be charged. Parts Manufactured Approved (PMA) parts are acceptable. Discrepancies (over and above repair items) on the aircraft may be identified during inspection. The Contractor will be responsible for documenting and reporting all over and above discrepancies to the Contracting Officer Representative (COR). The documentation must include: • Description of each discrepancy found • Number of man-hours per discipline required to complete each discrepancy • Hourly rate for personnel performing the work • Parts costs (Show list price minus appropriate discount percentage) • Total Dollar Amount for each discrepancy • Total Dollar Amount for complete list of discrepancies The COR will be responsible for reviewing the list of discrepancies and making a recommendation to either accept or decline the Contractor's proposal. Additional work should not be performed on the aircraft without prior approval from the Contracting Officer (CO). If the aircraft is to be repositioned for engine removal/exchange, the Contractor shall provide a full service, Fixed Base of Operations (FBO), which can support the DeHavilland Twin Otter PT6A-27 aircraft. Labor, materials, equipment, special tools and facilities shall be located at the FBO to provide the Government with the most cost effective support package. The Contract FBO shall provide flight crew amenities, scheduled and un-scheduled maintenance, inspection, and repair on an as-needed basis. The Contract FBO is a technical evaluation criteria listed in A.8. The Government shall be responsible for scheduling all work against this Contract. Once work has been approved and the aircraft and/or engine arrives at the Contractor's facility, no work shall begin until the COR, or their designee, has given the approval for such work to begin. Only the work that is being requested shall be done. Any additional work or discrepancies must have prior approval from the CO. During the term of this Contract, the Contractor may be required to subcontract portions of the inspection, maintenance, overhaul or repair work. In the event, such subcontracting becomes necessary, the Contractor shall notify the Government in advance of such subcontracting and provide the Government with the name, and any other requested information, of the proposed subcontractor. The Government reserves the right to initiate, and approve or disapprove, any subcontractor. During the term of this Contract vendor will also be required to supply over the counter parts and labor support for scheduled and unscheduled maintenance events at various locations, this also includes vibration sweep, borescope inspections, trend monitoring analysis and engine rigging. Provide a point of contact to help in troubleshooting. These actions will be treated as over and above repair items. The Contractor will be responsible for all FAA and AOC required documentation to include, but not limited to, approval for return to service. A.3 Delivery Requirements: The engine to be overhauled may be delivered in two different ways. Either a Government flight crew will fly the aircraft to the Contractor's facility or an agreed upon location, as stipulated in A.2, for the engine removal/exchange or the engine will be removed at the AOC in Tampa, FL and shipped to the contractor's facility. The contractor overhauling the engine will be responsible for all shipping and payment of freight for the PT6A-27 engines to and from the AOC if required. A Task Order will be issued to the Contractor as soon as the need for service, inspection, and repair has been identified. The down time for this work should not exceed the pre-arranged timeframe for such repair. If requested, all scheduled events and required services will be brought to the Contractor's attention before award of the Task Order. Government owned parts, equipment, and property shall be returned to the Government. The cost of shipping the returnables shall be the responsibility of the Government. A.4 Quality Assurance: NOAA/AOC may desire to have a representative witness any part of the work performed under this Contract. The Contractor shall keep the COR apprised of the progress and schedule. Any repairs outside the scope of this Contract must be approved by the CO before repairs are started. NOAA shall have access to the aircraft throughout the term of this Contract. NOAA will provide an authorized AOC representative to be present for test flight and final acceptance. AOC pilots shall conduct the test flight. A.5 Insurance Against Loss or Damage to Government Property: The contractor must provide, at its own expense, and maintain Hull & Liability insurance in the amount of at least $3,000,000 if engines are to be changed at contractor's facilities or $250,000 coverage for engines during transit and the overhaul process. Before contract award the Contractor shall provide documentation to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective: • For such a period as the laws of the State in which this work is to be performed prescribe; or • Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever is longer. A.6 Parts, Discounts, and Warranties: The Contractor shall provide all replacement parts, materials, and consumables. However, the Government reserves the right to provide the same, if advantageous at any time during the Contract. The Government will make the final determination on whether new, new surplus, overhauled, repaired, or serviceable parts will be installed on the aircraft. Parts and components in an "as removed" status will not be installed on the aircraft. Any part or component that has not reached its recommended service life but fails inspection and needs to be replaced will be treated as an over and above. The Contractor shall provide the industry standard implied warranty on all products and service. A.7 FAA, OEM Certification and Minimum Contractor Requirements: The Contractor shall provide all special tools, facilities, equipment, and certified factory trained technical staffing to perform work under this Contract. Minimum requirements for consideration under this contract are listed below: Minimum Contractor Requirements • Must provide evidence of having the ability to perform an overhaul of engines for a PT6A-27 engine, in accordance with the manufacturer's manual. • Must hold, maintain and submit a copy of FAA Repair Station Certificate covering the PT6A engines for the length of contract. • Must have Pratt & Whitney factory trained technicians on staff. • Must be able to provide references of having performed work on the same model aircraft. Work performed within the past six months will receive more consideration than work performed longer than six months ago. (Reference to include: Company name, address, contact person's name and phone number, "N" number of the aircraft on which work was/is performed, nature of work completed, date of completion or status) • Must provide the number of non-overtime work shifts and total number of service hours available in a 24 hour period as well as the number of days of the week they are worked. • Must submit proof of insurance in accordance with requirements contained in paragraph A.5. • Must provide location of maintenance facility. A.8. Technical Evaluation Contractors must first meet the above minimum criteria and will be evaluated on the following Technical Evaluation Factors: 1. Past performance. 2. Demonstrated experience in performing an overhaul of engines for a PT6A-27 engine, in accordance with the manufacturer's manual. 3. Number of factory Pratt and Whiney trained technicians on staff. 4. Experience of Key Personnel (i.e. Service Manager, Lead Technician, Contract Administrator) and their ability to work with the COR and CO. 5. Discounted percentage off of list price of parts. 6. Location of Contractor's facility. 7. Location of FBO. Technical and past performance, when combined, is significantly more important than price. As the technical ratings become more equal, price becomes more important. Conversely, as price proposals become more equal to one another, technical proposals will become a more important determining factor. This is a best value, competitive RFQ. Award will be made to the offeror whose offer conforms to the solicitation requirements, which is determined responsible in accordance with the Federal Acquisition Regulations (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 factors listed above, to be the most advantageous to the Government. The Government intends to award a single 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. The Government reserves the right to award without discussion based solely upon the initial proposals. A.8 Submittal of Invoices: (EAD-KC OFFICE ADDENDUM TO FAR 52.212-4(g)) The Contractor shall prepare and submit invoices to the Aircraft Operations Center (AOC) using the address shown in Block 15 of the Solicitation/Contract/Order for Commercial Items-Standard Form 1449. All invoices shall be based on work completed as of the end of the Contractor's most recent billing period and shall be submitted to AOC by the 10th day of the subsequent month. For each Task Order, the Contractor shall be required to fax a bi-weekly financial progress report/partial invoice on all expenditures that will be invoiced to the Government. This report may not be the final invoice. However, the format may be the same. Partial invoices will only be processed after COR and CO acceptance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133M-10-RQ-1151/listing.html)
 
Place of Performance
Address: Contractor's facility., United States
 
Record
SN02232947-W 20100809/100807233356-a578c430e6738e9b26de57e196c6eca7 (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.