Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

J -- CORROSION INSPECTION TWIN OTTER NOAA/AOC - AOC Corrosion Check Cards

Notice Date
4/19/2011
 
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
NMAN6000-11-02697
 
Archive Date
5/26/2011
 
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
Total Small Business
 
Description
AOC Corrosion Check Cards This is a public notice. 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), at MacDill AFB, FL. The requirements are to provide the 30 month corrosion check for the NOAA DHC-6 Twin Otter aircraft Tail Number N46RF and the Equalized Maintenance for Maximum Availability (EMMA) Inspection #15 in accordance with the statement of work. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. DOC, EAD-KC 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.NMAN6000-11-02697. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49. CLAUSES AND PROVISIONS The Federal Acquisition Regulation (52) and Commerce Acquisition Regulation (1352) clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial items (JAN 1999) 52.212-3 Offeror Representations and Certifications Commercial Items (JAN 2011) 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 (JAN 2011) Section (b) (8i), (18), (19), (22), (23), (33), (38); Section (c) (1) and (2) Aircraft Mechanic $33.50/hr 52.216-31 Time & Material/Labor Hour Proposal Requirements-Commercial Item Acquisition (FEB 2007) 52.244-2 Subcontracts (JUN 2007) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) will be designated at time of award 1352.209-72 Restrictions Against Disclosure (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 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://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 STATEMENT OF WORK: A.1 Introduction: The National Oceanic and Atmospheric Administration (NOAA) own and operate four DeHavilland DHC-6-300 Twin Otter aircraft. This statement of work is for tail number N46RF, S/N 824 with approximately ten thousand hours and eight thousand cycles. NOAA's Aircraft Operations Center (AOC) in Tampa, Florida manages the Twin Otter aircraft N46RF. This aircraft is used to conduct scientific research throughout the United States. A.2 Scope (CLINs 0001 and 0002): The work required covers the 30 month Corrosion Check for the NOAA DHC-6 Twin Otter N46RF as well as the Equalized Maintenance for Maximum Availability (EMMA) Inspection #15. Work cards provided as attachments for the following: - 30 Month Corrosion Checks (Card No.-05-C30MO) (3 pgs) (CLIN 0001) - NOAA AOC CAP Inspection EMMA #15 Control Card (2 pgs) (CLIN 0002) The contractor shall comply with applicable Federal Aviation Regulation and all aircraft manufacture's requirements. The Contractor will provide all special tools, facilities, equipment, and certified technical staffing to perform tasks. Maintenance Contractors must be a Federal Aviation Administration (FAA) approved repair station or equivalent Authorized Maintenance Organization (AMO), if Canadian, for the Twin Otter aircraft. The Government shall be responsible for scheduling the aircraft induction against this contract. The Government reserves the right to cancel any part of this agreement at no cost to the Government. Once the aircraft arrives at the Contractors facility, no work shall begin until AOC Contracting Officer's Representative (COR) has given the approval for such work to begin. Only the work that is being requested shall be done. The Contractor shall provide a list of discrepancies/tear down inspection report to AOC COR. The report shall include the extent of the inspection, condition found on all major components, outstanding service bulletins and airworthiness directives that must be complied with, and any recommendations for maintenance that would prevent future failures if applicable. The teardown/discrepancy report and contractor recommendations will be reviewed by the COR. Upon completion of the review, the COR will make a recommendation to the CO to approve what work the Contractor is authorized to perform. The Contractor may be required to subcontract out inspection, maintenance, overhaul, and repair work. The Government reserves the right to approve or disapprove any subcontractor. The Contractor shall be responsible for all FAA and AOC required documentation to include but not limited to approval for return to service. A.3 Over and Above Items (CLIN 0003): The Contractor is responsible for documenting and reporting to the COR/AOC Point of Contact all discrepancies found during the inspection. Discrepancies that are not a part of the inspection will be known as "Over and Above." Corrective actions as a result of the inspection are considered "Over and Above" items. Any part or component that has not reached its recommended service life, but fails inspection and needs to be replaced, is considered an "Over and Above" item. "Over and Above" discrepancy report must include (as a minimum): • Description of each discrepancy found; • Number of person-hours per discipline required to complete each discrepancy; • Hourly rate for personnel performing the work; • Parts cost plus the percentage discount, if any; • Total dollar amount for each discrepancy; • Total dollar amount for the complete list of discrepancies; • Estimated completion time The COR will be responsible for reviewing the list of "Over and Above" discrepancies and making a recommendation to the CO, to either accept or decline the Contractor's proposal. The Contractor shall not proceed with correcting any "Over and Above" discrepancies without prior approval from the CO. Funds for the "Over and Above" items will be specified at the time of award and included in the appropriate line item. The dollar amount stated represents an estimated total, Not-to-Exceed amount to cover charges for the "Over and Above" items. The Government will pay invoices for "Over and Above" services out of the funds allocated and authorized on appropriate line item. It is not possible to accurately estimate the extent and duration of work or to anticipate costs of "Over and Above" items with any reasonable degree of confidence. "Over and Above" items will be provided, invoiced, and payment made on a time and materials basis (direct labor hours and material cost). Direct labor hours are at specified fixed hourly rates that include wages, overhead, general and administrative expenses, and profit. Cost of materials includes parts, consumables, other material, and appropriate material handling costs, if any. The price to be paid for material and/or parts shall be based on an established catalog or list price in effect when material or other product is furnished, less all applicable discounts to the Government. In no event shall the price exceed the Contractor's sales price to its most favored customer for the same item in like quantity, or the current market price, whichever is lower. A.3 Delivery Requirements: A Government flight crew will fly the aircraft to the Contractor's facility between 15 June 2011 and 31 October 2011. AOC and/or the flight crew shall notify the Contractor as soon as the need for service, inspection, and repair has been identified. A.4. Period of Performance: The contractor has two weeks (14 calendar days) from the date of arrival of the aircraft to complete the work identified in Contract Line Item Numbers (CLINs) 0001 and 0002 and one additional week (7 calendar days) to correct discrepancies identified in CLIN 0003. Any additional time required shall be coordinated between the Contractor, COR, AOC point of contact, and CO and formalized in a contract modification. A.5 Insurance Against Loss or Damage to Government Property: The Contractor shall, at its own expense, provide and maintain hull liability insurance of not less than $2,000,000.00 to cover the aircraft on which this work will be performed. Before award of this contract, the Contractor shall provide to the Contracting Officer written documentation that the required insurance has been obtained. The policies evidencing the required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Governments 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 period is longer. A.6 Parts, Discounts, and Warranties: 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, overhauled, or serviceable parts will be installed in the assemblies. Parts or components in an "as removed" condition will not be installed in the assemblies. 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." Original Equipment Manufacturer (OEM) and Part Manufacturing Authority (PMA) parts are acceptable at any time. The contractor shall obtain instruction regarding the disposition of non-exchangeable items from the COR. Parts and material furnished during all inspections and repairs will be warranted to be free from defects and workmanship for a period of six (6) months or one hundred flight hours whichever occurs first, from the date of Government acceptance, or the length of contractor's standard commercial warranty whichever is longer. Contractor shall have access to AOC parts throughout the term of this contract. Government owned parts, equipment, and property shall be returned to the Government. The cost of return-shipping those Government parts shall be the responsibility of the Government. A.7 Quality Assurance: NOAA/AOC may desire to have a representative witness any part of this contract. The Contractor shall keep the COR and/or the NOAA/AOC Point of Contact apprised of the progress and schedule. NOAA AOC shall have access to the aircraft throughout the term of this contract. NOAA AOC will provide a representative for final acceptance and test flight at the contractor's facility. A.8 Submittal of Invoices: Contractor shall submit invoices to the COR at AOC at the address shown in Block 15 of the Standard Form 1449 - Solicitation/Contract/Order for Commercial Items. Invoices shall be based on work completed and will be reviewed by the COR to determine if all services and parts shown on the invoice have been received, accepted, and ready for payment release. Partial invoices will only be processed after NOAA/AOC acceptance. 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 including warranty for all work and parts. The Department of Labor Service Act Wage Determination for the area in which the work is to be completed shall be applicable. Offerors can obtain wage determinations for their area by accessing the following website: www.dol.gov/wagedeterminations. Prices quoted for CLINs 0001 and 0002 shall be firm-fixed-price inclusive of all costs. CLIN 0003 is on a time-and-materials basis. LINE ITEM 0001: 30 month Corrosion Checks (Card No.-05-C30MO). This includes providing a separate discrepancy report for each item needing repair. One (1) JOB $___________ LINE ITEM 0002: NOAA EMMA Inspection Program #15 (Card No. Check No. 15) One (1) JOB $___________ LINE ITEM 0003: Over and Above Items. This CLIN is on a time and materials basis. Contractor exceeds the amount determined at time of award at its own risk. This line item is not guaranteed. Any remaining balance on line item shall be de-obligated at contract close-out. One (1) JOB $ 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) $_______________ NEW PARTS: % DISCOUNT OFF LIST PRICE _______% MARKUP_________ OVERHAULED PARTS: % DISCOUNT OFF LIST PRICE_______% MARKUP_____ SUPPLIES & CONSUMABLES: % DISCOUNT OFF LIST_______ % MARKUP_____ RFQ SUBMISSION/EVALUATION Signed and dated quotes must be submitted. Quotes must be received on or before 1:00 PM Central time on April 28, 2011. 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 so stated in your quote), 2. Technical proposal addressing all 7 evaluation criteria listed below including Past Performance references (no more than 3), and 3. Pricing Information for all items to include labor rates and parts. 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 offerors responsiveness to the items listed, offerors price proposal, and the offerors ability to exhibit an understanding of the requirements included in this RFQ and the following technical evaluation factors: MINIMUM TECHNICAL FACTORS-GO NO GO; 1) Offeror must be a certified FAA Approved Repair Station or Authorized Maintenance Organization covering the DHC-6-300 Twin Otter and provide copy of certification; 2) provide documentation of warranty and insurance. TECHNICAL FACTORS: 1) PAST PERFORMANCE to include phone numbers and points of contact and related experience which demonstrates offeror has maintained or repaired the same model aircraft. Number of inspections, relevancy of work, and recency of work will be evaluated ; 2) RELATED EXPERIENCE-Overall experience and contractor's ability to accomplish required work. The qualifications and experience of the factory trained technicians it has staff that will be used to perform the work. Contractor shall provide the amount of similar work accomplished in the last 6 to 12 months; 3) LOCATION of contractors facility. Proximity of the facility to AOC will be considered more favorable. 4) DELIVERY - Contractor's ability to perform the work required within the required period of performance and availability of overtime during requested period; 5) WORK SHIFTS - number of work shifts and operating service hours in a 24 hour day (non-overtime) as well as number of operating days per week. Price is less important than other non-cost factors. As the technical evaluations become more equal, price becomes more important. Conversely, as price proposals become more equal, technical proposals will become a more important determining factor. The Government will evaluate the quotes for award purposes on the basis of best value. The Government will award the contract to the contractor that is the best value to the Government for the work in a manageable location that meets scheduling needs. 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/NMAN6000-11-02697/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02428432-W 20110421/110419235252-05cb7adbd31b205a14ef21f20addd63a (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.