Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

X -- HANGAR LEASE FOR NOAA P-3 AT HALIFAX, NOVA SCOTIA

Notice Date
12/16/2010
 
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
NMAN6000-11-02149
 
Archive Date
1/11/2011
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
ronald.f.anielak@noaa.gov, Sharon.Clisso@noaa.gov
(ronald.f.anielak@noaa.gov, Sharon.Clisso@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is the public notice for acquisitions over $15,000.00. 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 a fixed price purchase order for lease of hangar space and services in the Halifax, Nova Scotia, Canada area for a WP-3C Orion aircraft from January 10, 2011 thru February 10, 2011. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. DOC, EAD 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 Certifications 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.NMAN6000-11-02149. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-47. 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 (OCT 2010) 52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2010) Section (b) (42) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) FAR 52 clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR 1352 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 a WP-3C Orion aircraft. It has been determined that this aircraft will be used to conduct heavy weather research in Canada off the coast of Nova Scotia. Due to winter weather conditions in the Halifax area, it is necessary that the Orion aircraft be kept in a hangar during the period January 10, 2011 through February 10, 2011. 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 through the winter months. SCOPE: NOAA Orion aircraft will be operating out of Halifax, Nova Scotia, Canada in support of heavy weather research in the Atlantic Ocean. There will be a NOAA Orion mechanic in Halifax supporting the aircraft at all times. The contractor shall provide heated hangar space for one (1) Orion WP-3C having a wing span of 100 feet, length 116 feet and 39 feet high at the tail. Heated hangar means that the hangar is maintained at a temperature above 40 degrees Fahrenheit. 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 crew 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)DC external power unit, b)Ground service equipment on an as needed basis, c)Tow vehicle and driver for aircraft movement in and out of hangar. 2)Hangar amenities including: tools, equipment, consumables, phones, heat and DC power, 3)24-hour access for maintenance and flight crew, 4)Storage space in hangar for extra gear and equipment 5 ft x 5 ft, 5)Acceptance of Multiservice Air Card for payment of incidentals. b) PERFORMANCE PERIOD. The hangar lease is required from January 10, 2011 thru February 10, 2011. However, the Government reserves the right to depart early from the survey site and from use of the hangar without incurring any additional fees or penalties associated with departing earlier than February 10, 2011. 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 hull liability insurance of not less than $10,000,000.00 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, CDR Carl Newman, Tel. No. 813-828-3310 x3002 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. 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 number (CLIN) 0001 shall be fixed-price inclusive of all costs. LINE ITEM 0001: Provide hangar space and services for a WP-3C Orion aircraft per statement of work for period January 10, 2011 thru February 10, 2011. Lease Price for Entire Period $__________________ US Additional Charges, if any, 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. Charge for Hangar Door Opening: $_________ per opening Maximum daily charge for door opening: $___________ per day Charge for power cart start: $_____________________per start Charge for tow vehicle/driver: $_________________ per use Charge for forklift: $____________________ per use Charge for internet service, phone/fax/copier: $______________ Additional charges not listed: $____________________________ Signed and dated quotes must be submitted. Quotes must be received on or before 1:00PM Central time on December 27, 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(1 no more than 3), 4. Pricing Information 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/NMAN6000-11-02149/listing.html)
 
Place of Performance
Address: contractor's facility, Canada
 
Record
SN02345772-W 20101218/101216234420-15e0347cc49db8966d41824061c3f299 (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.