Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

J -- 150-HOUR INSPECTIONS FOR TWIN COMMANDER MODEL JET PROP-695A

Notice Date
7/12/2011
 
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
WC133M-11-RQ-0624
 
Archive Date
8/13/2011
 
Point of Contact
Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
Sharon.Clisso@noaa.gov
(Sharon.Clisso@noaa.gov)
 
Small Business Set-Aside
N/A
 
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 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 full service maintenance for the Twin Commander Model Jet Prop - 695A, serial number 96089, FAA registration N45RF for the NOAA Aircraft Operations Center (AOC) at MacDill AFB, Tampa FL. This notice constitutes the only Request for Quote (RFQ). Written quotes are being requested. A hardcopy written RFQ will not be issued. This notice is hereby issued as RFQ WC133M-11-RQ-0624. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 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) [Offeror must first meet the minimum requirements stated in A.8 in order to be evaluated on evaluation factors] 52.212-3 Offeror Representations and Certifications Commercial Items (JAN 2011) 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 (APR 2011), Section (b) (1), (2), (4), (6), (12), (20), (23), (24), (25), (26), (27), (29), (30), (31), (35), (39), (44), (c)(1)[Applicable Wage Determination will be incorporated at time of award], (2) [Aircraft Mechanic $33.50/hour], (3) 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) 30 days; 60 days; (c) shall not exceed 5 years 52.232-18 Availability of Funds (APR 1984) 52.245-1 Government Property (AUG 2010) 52.247-30 F.O.B. Origin, Contractor's Facility (FEB 2006) 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) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.233-70 Agency Level Protest (APR 2010) (Donita McCullough, DOC/NOAA, Eastern Acquisition Division-KC Office, 601 E. 12th St., Room 1756, Kansas City, MO 64106 1352.246-70 Place of Acceptance (APR 2010) (DOC/NOAA/AOC/MacDill AFB, FL) 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://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0d557a63df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 PRICE/QUOTE: This is an order for commercial supplies and services. Offerors shall quote each line item in accordance with the terms and conditions and statement of work specified herein. Prices quoted for the contract line items shall be firm-fixed price inclusive of all costs. The Government intends to award a base year contract with a not-to-exceed amount for each 150-hour inspection and a not-to-exceed amount for the Over and Above Items. BASE YEAR - Twelve Months Following Date of Award CLIN 0001: Parts & Labor for a 150-hour Inspection (Assumption: Price to be figured on an average of 3 to 4 inspections per year.) Price Per Inspection: $____________ CLIN 0002: Over and Above Items: Parts New ________ % markup from cost Parts Overhauled ________ % markup from cost Labor: $______ Per Hour Overtime Labor: $______Per Hour OPTION YEAR 1 CLIN 0003: Parts & Labor for a 150-hour Inspection (Assumption: Price to be figured on an average of 3 to 4 inspections per year.) Price Per Inspection: $____________ CLIN 0004: Over and Above Items: Parts New ________ % markup from cost Parts Overhauled ________ % markup from cost Labor: $______ Per Hour Overtime Labor: $______Per Hour OPTION YEAR 2 CLIN 0005: Parts & Labor for a 150-hour Inspection (Assumption: Price to be figured on an average of 3 to 4 inspections per year.) Price Per Inspection: $____________ CLIN 0006: Over and Above Items: Parts New ________ % markup from cost Parts Overhauled ________ % markup from cost Labor: $______ Per Hour Overtime Labor: $______Per Hour OPTION YEAR 3 CLIN 0007: Parts & Labor for a 150-hour Inspection (Assumption: Price to be figured on an average of 3 to 4 inspections per year.) Price Per Inspection: $____________ CLIN 0008: Over and Above Items: Parts New ________ % markup from cost Parts Overhauled ________ % markup from cost Labor: $______ Per Hour Overtime Labor: $______Per Hour OPTION YEAR 4 CLIN 0009: Parts & Labor for a 150-hour Inspection (Assumption: Price to be figured on an average of 3 to 4 inspections per year.) Price Per Inspection: $____________ CLIN 0010: Over and Above Items: Parts New ________ % markup from cost Parts Overhauled ________ % markup from cost Labor: $______ Per Hour Overtime Labor: $______Per Hour STATEMENT OF WORK A.1 Background: The NOAA owns/operates a Twin Commander model Jet Prop -695A: serial number - 96089; FAA registration - N45RF. Currently, N45RF is conducting its primary mission as a survey platform for the National Weather Service, National Hydrologic Remote Sensing Center in Chanhassan, Minnesota. The NOAA N45RF aircraft requires 150-hour Periodic Inspections to be conducted in accordance with the manufacturer's maintenance manual for this model and series aircraft. Based on operational requirements for N45RF, the contractor shall conduct this maintenance so as to minimize aircraft "out-of-service" time. The requested inspection completion time is no more than two (2) weeks after the agreed upon start date of a scheduled inspection. The in-service time and maintenance requirement/history for this aircraft is as follows: Airframe: 6,100 hours since new. Engines: 6,700 hours since new. Time Since Overhaul (TSO) = 1,800 hours. Time Between Overhaul (TBO) = 5,400 hours. Hartzell Propellers: 1,800 hours since new. Eagle Creek Aviation Services completed a major refurbishment in April 2005. The NOAA Aircraft Operations Center (AOC) in Tampa, Florida, manages the aircraft which is forward deployed at Flying Cloud Municipal Airport in Eden Prairie, Minnesota. The AOC is looking to put in place a contract for full maintenance support for a base period of 12 months following award of a contract with options to extend the contract support services for 4 consecutive 12-month periods. The aircraft is a Public Aircraft but maintains an FAA Air Worthiness Certificate. It is operated and maintained under Part 91 of the Federal Aviation Regulations. A.2 Scope: The Contractor shall provide a full service; Fixed Base of Operations (FBO), which can support the Twin Commander 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, avionics, perform modifications, paint and interior servicing, inspection and repair on an as-needed basis. Contractor shall also provide "Over the Counter" parts sales. The contractor must be able to provide support throughout North America, to include Alaska, on an as needed basis. Discrepancies (over and above repair items) on the aircraft may be identified during phase inspections. The Contractor will be responsible for documenting and reporting all over and above discrepancies to the Contracting Officer's 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 cost plus appropriate percentage mark-up) • 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 the Contracting Officer (CO) to either accept or decline the Contractor's proposal. Additional work should not be performed on the aircraft without prior approval from the CO. For purposes of this Statement of Work, the term "over and above" shall mean: "Item discrepancies discovered during routine scheduled maintenance or during unscheduled maintenance which are not a part of a continuous maintenance program". These discrepancies often affect the safety of the flight crew, aircraft and scientific instrumentation, and NOAA mission effectiveness. In most cases, the aircraft will not be able to fly another flight without the discrepancy being fixed. Often pilots are faced with unplanned aircraft systems failures that force them to immediately transit to a maintenance facility for repair. These issues must be immediately fixed by the authorized maintenance facility for safety and mission effectiveness. Some examples are: aircraft structure including wingspars and flight controls, communication and navigation instruments, fuel systems leaks, landing gear and brakes, and engine repairs. Any part or component that has not reached its recommended service life but fails inspection and needs to be replaced is to be treated as an "over and above". The Government shall be responsible for scheduling all work against this Contract. Once work has been approved and the aircraft arrives at the Contractor's facility, no work shall begin until the COR, 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. The Contractor shall provide a list of discrepancies/tear down inspection report to the 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. During the term of this Contract, the Contractor may 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 approve or disapprove any subcontractor. The Contractor will be responsible for all, FAA and AOC required documentation to include, but not be limited to, approval for return to service. A.3 Delivery Requirements: A Government flight crew shall fly the aircraft to the Contractor's facility unless deemed necessary to complete maintenance at an alternate location. It is the Government's intention to complete maintenance at the contractor's facility but reserves the right to designate an alternate location. On the occasion that the aircraft is on a project and is unable, or it is not feasible to relocate to the contractor's facility, the contractor will make arrangements to complete necessary maintenance at the designated alternate location near the project area. In a situation that an alternate location is needed it will be scheduled in advance. AOC and/or the flight crew shall notify the Contractor as soon as the need for service, inspection, and repair has been identified. As stated in A.l, the down time for scheduled maintenance shall not exceed two (2) weeks from the agreed upon start date for such repair. If requested, all scheduled events and required services will be provided to the Contractor before award of the Contract. 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. 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 CO 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 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 period 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. Since the Government cannot determine which parts or components, if any, meet this criteria, maintenance contractors shall provide the per hour shop labor rate that will be charged to the Government for "over and above" discrepancies. Secondly, contractors shall provide the markup percentage from the cost of replacement parts. Parts Manufacturer Approved (PMA) parts are acceptable. A.7 SUBMITTAL OF INVOICES (EAD-KC Office Addendum to FAR 52.212-4(g) The contractor shall prepare and submit an invoice which will serve as the request for payment. All requests for payment shall be based on work completed as of the end of the most recent billing period and shall be submitted by the 10th day of the subsequent month to the Contracting Officer's Representative (COR) at the Aircraft Operations Center (AOC) using the address shown in Block 15 of the award document, Solicitation/Contract/Order for Commercial Items-Standard Form 1449. To constitute a proper invoice, the contractor's invoice shall be prepared in accordance with and contain all elements specified in paragraph (g) of FAR 52.212-4 entitled "Invoices". If the invoice does not comply with the applicable prompt payment provision of the contract, it will be returned to the contractor within seven (7) days after the date the designated office received the invoice, with a statement as to the reasons why it is not a proper invoice. QUOTATION PREPARATION: A.8 Instructions A. General Instructions: (1) A quote shall comply in all material respects with this RFQ and will represent the quoter's acceptance of all the terms and conditions of the request. The quoter shall provide the documentation required to meet the minimum requirement and a narrative response for each evaluation factor. If a quoter has no relevant past performance history, a quoter must affirmatively state that it possesses no relevant past performance history. Quotes are expected to conform to solicitation provisions and be prepared in accordance with this section. Incomplete quotes may not be considered and may be removed from further consideration. To aid in evaluation, the quotes shall be clearly and concisely written. (2) 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 Applications (ORCA) at http://ORCA.BPN.GOV. (3) Electronic versions of all quotes must be received at Sharon.Clisso@noaa.gov in MSWord or Adobe acrobat pdf format by no later than 10:00 AM CDT on July 29, 2011. (4) Questions may be submitted to Sharon.Clisso@noaa.gov no later than July 15, 2011. Telephone inquiries will not be honored. B. Overall Arrangement of Quote: The following information and documents are required for submission in response to this Request for Quotation, in accordance with the guidelines outlined below. Quotation Content: Each quotation shall consist of two (2) separate electronic (or hard copy) files: (1) technical and (2) pricing. No pricing information shall be included in the technical portion of the quotation. TECHNICAL PORTION: The technical portion shall include the following: The minimum contractor requirements for consideration under this maintenance contract are listed below: • Must possess and submit a copy of FAA repair Stations Certificate(s) for Twin Commander Model Jet Prop-695A • Must possess and submit a copy of a current Twin Commander Aircraft Service Center Certificate • Must possess and submit a copy of TPE 331 Major Service Center Certificate • Must have two service centers, one in the mid-west region (Minnesota, Wisconsin, Iowa, Illinois, and Indiana) and one in the south-east region (Florida, Georgia, Alabama, and Mississippi) Contractors must first meet the above minimum requirements in order to be evaluated on the following Technical Evaluation Factors: Factor 1 - Past Performance: The quoter shall provide past performance information regarding contracts which are similar in nature to this full maintenance support requirement for the Twin Commander aircraft it has performed in the past 12 months. NOAA suggests the quoter submit at least three (3) past performance references. Include the following information for each reference: (a) Company name (b) Address (c) Contact person's name, phone number and email address (d) Description of work performed: "N" number of the aircraft on which work was/is performed, nature of work completed, date of completion or status. Factor 2 - Experience: The quoter shall describe in detail its overall experience to accomplish a standard inspection, plus scheduled maintenance items, and repair of aircraft in accordance with the manufacturer's manuals. The quoter shall provide the qualifications and experience of the factory trained technicians it has on staff that will be used to perform the work. The quoter shall provide amount of experience on similar work in the last 12 months. Factor 3 - Aircraft Support: The quoter must provide the availability of on-call 24-hour technical support including on-site advanced troubleshooting services for Aircraft On Ground (AOC) situations. The quoter must provide documentation of the ability to provide fuel under a pre-existing Government contract. The quoter must provide documentation of the ability to assign a single Point of Contact to work with the COR and/or CO. Factor 4 - Location of Contractor's Facilities: The quoter shall list the location of its facilities. Factor 5 - Work Shifts and Operating Hours: The quoter must provide the number of work shifts and operating service hours in a 24-hour day (non-overtime) as well as the number of operating days per week. Factor 6 - Avionics: The quoter must provide documentation of familiarity with and ability to provide avionics support for Meggitt avionics. PRICING PORTION: The quoter shall provide pricing for each line item. If the quote does not contain pricing for all line items, the quote may be considered non-responsive and may be rejected. EVALUATION--COMMERCIAL ITEMS A.9 The Government will issue a purchase order resulting from this RFQ to the responsible quoter whose quote, conforming to the solicitation is judged, by an integrated assessment of the price and non-price factors, to provide the best value to the government. NOAA will evaluate the quoter's proposed prices for fairness and reasonableness in relation to the RFQ's requirements. Past performance, experience, aircraft support, location of the contractor's facilities, work shifts/operating service hours, and avionics support for Meggitt avionics, when combined, are significantly more important than price. The following non-price factors shall be used to evaluate quotes. The Factors are listed in descending order of importance. FACTOR 1 - PAST PERFORMANCE: NOAA will evaluate the relevance and quality of the quoter's past performance information. In evaluation quality, NOAA will evaluate the quality of the service and timeliness of performance. The Government will assign a neutral rating to quotes with no relevant past performance. FACTOR 2 - EXPERIENCE: NOAA will evaluate the quoter's experience to determine the extent to which the quoter has performed work similar to the current requirement. FACTOR 3 - AVAILABILITY OF AIRCRAFT SUPPORT: NOAA will evaluate the quoter's on-call 24 hour technical support including on-site advanced troubleshooting services for Aircraft On Ground (AOG) situations; ability to provide fuel under a pre-existing Government contract; and, the ability to assign a single point of contact to work with the COR and/CO to determine the extent to which the quoter is available for providing aircraft support. FACTOR 4 - LOCATION OF CONTRACTOR'S FACILITIES: NOAA will evaluate the proximity of service centers to Eden Prairie, MN and Tampa, FL. The proximity of repair facility or facilities to a major airport will also be evaluated. FACTOR 5 - WORK SHIFTS AND OPERATING HOURS: NOAA will evaluate the quoter's work shifts and operating service hours to determine the extent to which the quoter is available to service the aircraft. FACTOR 6 - AVIONICS SUPPORT FOR MEGGITT AVIONICS: NOAA will evaluate the quoters familiarity with and ability to provide avionics support for Meggitt avionics to determine the extent to which the quoter has performed work similar to the current requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133M-11-RQ-0624/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02495740-W 20110714/110712234557-9d7fd27d3dcba6ba59915eb3f7106ae3 (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.