Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

J -- MAINTENANCE SERVICE PLAN FOR GULFSTREAM IV AIRCRAFT - N49RF - OPERATIONS PACKAGE II - CALENDAR & HOURLY DUE ITEMS - OPERATIONS PACKAGE I

Notice Date
8/4/2011
 
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-1035
 
Archive Date
9/7/2011
 
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
OPERATIONS PACKAGE I CALENDAR & HOURLY DUE ITEMS OPERATIONS PACKAGE II 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 a maintenance service plan for the Gulfstream IV FAA registration N49RF, SN 1246 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-1035. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.203.3 Gratuities (APR 1984) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) 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) [To receive award, offerors must demonstrate compliance with the minimum requirements stated in the RFQ.] 52.212-3 Offeror Representations and Certifications Commercial Items (MAY 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 (JUL 2011), Section (b) (1), (4), (6), (7),(13), (14), (16), (21), (24), (26), (27), (28), (29), (30), (31), (32), (36), (40), (45), (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 4 years 52.232-18 Availability of Funds (APR 1984) 52.233-2 Service of Protest ((SEP 2006) 52.245-1 Government Property (AUG 2010) 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) 1352.228-70 Insurance Coverage (APR 2010) [(b)(2) $500,000] 1352.228-72 Deductibles Under Required Insurance Coverage-Fixed Price (APR 2010) 1352.233-70 Agency Level Protest (APR 2010) [(b) James E. Price, DOC/NOAA, Eastern Acquisition Division-KC Office, 601 E. 12th St., Room 1756, Kansas City, MO 64106] 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) 1352.245-70 Government Furnished Property (APR 2010) 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. BASE YEAR: Period of Performance - September 15, 2011 -September 14, 2012 CLIN 0001: Operations Package II - See attached list of schedule of items. Firm Fixed Price: $_________ CLIN 0002: Calendar and Hourly Due Items - See attached list of calendar items. Firm Fixed Price: $_________ CLIN 0003: Left Hand Brake Inspection/Overhaul Inspection/overhaul left hand brake according to the scope provided in the Statement of Work. Firm Fixed Price: $_________ CLIN 0004: Routine Maintenance Through-out Calendar Year to include Drop-in for Aircraft on Ground Situations Associated Drop-In Fee (if any) $__________ Loaded Labor Rate (Standard) $_________/Hour Loaded Labor Rate (Overtime) $_________/Hour Parts __________% Discount CLIN 0005: Paint Job Prepare and paint Gulfstream IV aircraft according to the scope provided in the Statement of Work. Firm Fixed Price: $_________ CLIN 0006: Over-and-Above Items: To repair over-and-above discrepancies found during inspections. Loaded Labor Rate (Standard) $_________/Hour Loaded Labor Rate (Overtime) $_________/Hour Parts __________% Discount OPTION YEAR 1: Period of Performance - September 15, 2012-September 14, 2013 CLIN 0007: Operations Package I - See attached list of items. Firm Fixed Price: $_________ CLIN 0008: Calendar and Hourly Due Items - See attached Maintenance Due List Firm Fixed Price: $_________ CLIN 0009a: Remove two Rolls Royce Tay engines in preparation for overhaul. Perform CMP inspection as per the scope in the statement of work. Install loaner engines. Firm Fixed Price: $_________ CLIN 0009b: Remove loaner Rolls Royce engines and reinstall overhauled engines. Firm Fixed Price: $_________ CLIN 0010: Routine Maintenance Through-out Calendar Year to include Drop-in for Aircraft on Ground Situations Associated Drop-In Fee (if any) $__________ Loaded Labor Rate (Standard) $_________/Hour Loaded Labor Rate (Overtime) $_________/Hour Parts __________% Discount CLIN 0011: Over-and-Above Items: To repair over-and-above discrepancies found during inspections. Loaded Labor Rate (Standard) $_________/Hour Loaded Labor Rate (Overtime) $_________/Hour Parts __________% Discount OPTION YEAR 2: Period of Performance - September 15, 2013-September 14, 2014 CLIN 0012: Operations Package II - See attached list of schedule of items. Firm Fixed Price: $_________ CLIN 0013: Calendar and Hourly Due Items - See attached Maintenance Due List. Firm Fixed Price: $_________ CLIN 0014: Routine Maintenance Through-out Calendar Year to include Drop In for Aircraft on Ground Situations: Associated Drop-In Fee (if any) $__________ Loaded Labor Rate (Standard) $_________/Hour Loaded Labor Rate (Overtime) $_________/Hour Parts __________% Discount CLIN 0015: Over-and-Above Items: To repair over-and-above discrepancies found during inspections. Loaded Labor Rate (Standard) $_________/Hour Loaded Labor Rate (Overtime) $_________/Hour Parts __________% Discount OPTION YEAR 3: Period of Performance - September 15, 2014-September 14, 2015 CLIN 0016: Operations Package I - See attached list of items. Firm Fixed Price: $_________ CLIN 0017: Calendar and Hourly Due Items: See attached Maintenance Due List. Firm Fixed Price: $_________ CLIN 0018: Routine Maintenance Through-out Calendar Year to include Drop In for Aircraft on Ground Situations: Associated Drop-In Fee (if any) $__________ Loaded Labor Rate (Standard) $_________/Hour Loaded Labor Rate (Overtime) $_________/Hour Parts __________% Discount CLIN 0019: Over-and-Above Items: To repair over-and-above discrepancies found during inspections. Loaded Labor Rate (Standard) $_________/Hour Loaded Labor Rate (Overtime) $_________/Hour Parts __________% Discount STATEMENT OF WORK Introduction: The National Oceanic and Atmospheric Administration (NOAA) Aircraft Operations Center (AOC) owns and operates a Gulfstream IV SP N49RF, SN 1246 for the purpose of high altitude weather research. The aircraft is based at MacDill Air Force Base in Tampa, FL, and operates world-wide in tropical as well as Arctic environments. The aircraft was purchased new in 1995 and underwent several scientific and instrumentation modifications to meet NOAA's mission requirements. The aircraft has a unique configuration and is unlike any commercially available Gulfstream IV. Current total airframe time as of April 10, 2011 is 5681 TT, 2013 Cycles, and 1830 APU Hours. The number of flight hours flown per year varies between 450-550 hours per year. The aircraft is managed by the NOAA AOC Maintenance Section and currently maintained by NOAA AOC Aerospace Technicians as well as by the Original Equipment Manufacturer (OEM) Gulfstream Aerospace Corporation. N49RF is currently on the Computerized Maintenance Program (CMP) Plan. The aircraft follows the Operations I and Operations II Maintenance Inspections. Each Operation Package is completed every 24 months and consists of several calendar, time controlled, cycle controlled and "on condition" inspection items. The Operations II Inspection Package is considerably more involved than the Operations I. In addition, a general inspection is performed every 150 hours primarily by AOC Aerospace Technicians. Scope: The service requirement is for the contractor to perform scheduled aircraft inspections, maintenance, repair and modifications at the contractor's facility or on site at AOC, Tampa, FL. In addition, the contractor shall provide parts supply and technical support during unscheduled maintenance with the aircraft on ground (AOG) in any location away from the contract maintenance facility. The intent is to award a Base Year service contract with the potential for 3 Option Years. The contractor shall perform all inspections, maintenance, repair and modifications when the aircraft arrives at its facility. The aircraft will be flown to the contractor's facility by NOAA personnel prior to commencement of the required maintenance. NOAA requires Aviation Service Codes (ASCs)/Customer Bulletins (CBs) and Airworthiness Directives (ADs) which will be done in accordance with all manufacturer's and Federal Aviation Administration (FAA) publications. The contractor shall be responsible for all documentation and log book entries. The contractor and Contracting Officer's Representative (COR) will agree on the acceptable downtime for each inspection or work package at the time of scheduling. However, during the standard Operations I and Operations II packages, downtime shall not exceed 4 weeks after delivery of the aircraft to the maintenance facility. In addition, the contractor shall provide routine maintenance support on an as-needed basis, both at the contractor facility or at the AOG location. All required tasks to be performed shall be supplied as per the CMP.net database item due list. The calendar and hourly due lists are known items and any new requirements will be given to the contractor as they arise. The contractor shall furnish all labor, materials, equipment and parts necessary to perform the following types of service, which include but are not limited to: Gulfstream Computerized Maintenance Program (CMP), inspection, repair, maintenance, required manufacturer's and/or customer-requested modifications on an as-needed basis. A list of discrepancies from the inspection will be forwarded to the AOC Maintenance Officer and/or the on-site COR. Scope for CLINs 0002, 0008, 0013, 0017: Calendar and Hourly Items Due: Inspections, repair and replacement items for NOAA G-IV SP aircraft includes: labor, materials, supplies, consumables and equipment. Failed parts are "over and above" items. Items are based on projected flight hours flown and forecasted elapsed calendar time throughout the year. These inspection items are tracked via commercial database CMP.net. Technicians forecast when inspection items are due, component overhauls are required, and life limited parts must be replaced. Components that are not on a scheduled interval are replaced on condition. Scope for CLIN 0003: Left Hand Brake Inspection/Overhaul The NOAA Gulfstream GIV SP Dunlop wheel brakes are inspected on condition when the wheels are removed or when deemed necessary by maintenance technicians. The operator (pilots and maintenance technicians) monitor brake wear using a brake wear pin indicator located on each brake assembly. The left-hand inboard and outboard brakes indicate more wear than the right-hand brakes and therefore this scope only identifies the left hand brake assembly. Since the right hand brake is not expected to need replacement, it will be considered over-and-above in the event it becomes a requirement in the contract base year. The Gulfstream IV Aircraft Maintenance Manual and the Dunlop component Service Maintenance Manual shall be referenced for the specific inspection and replacement criteria. The wheel brake assembly consists of the following: ATA 324215 Left Outboard Brakes #1 ATA 324216 Left Inboard Brakes #2 ATA 324217 Right Inboard Brakes #3 ATA 324218 Right Outboard Brakes #4 During inspection, the technicians shall note any defects or excessive wear of the brakes and inform the COR of their recommendation to replace or retain existing brakes. The COR will authorize the work as necessary based on the recommendation. Scope for CLINs 0004, 0010, 0014, and 0018: Routine Maintenance Through-out Calendar Year to include Drop In for Aircraft on Ground Situations: Conduct aircraft maintenance for Aircraft on Ground (AOG) situations in order to return the aircraft to service as quickly as possible allowing the AOC to maintain operational capabilities during severe storm seasons. Quick turn-around maintenance is defined as that which receives priority handling from all available vendor resources based on a 24 hour/day, 7 day/ week schedule. It is requested the aircraft be returned to service within 12 hours of induction into maintenance but time frame will depend on nature of discrepancy. This CLIN includes an unscheduled drop-in, parts and technical support for AOG, unscheduled maintenance. There may or may not be a difference in labor or parts from the standard rate, however historically, vendors have charged a drop-in fee for unscheduled maintenance visits. Scope for CLIN 0005: Painting Services The Contractor shall furnish all materials, equipment, special tools, services, certified Factory trained personnel (labor) and facilities (except as otherwise specified) to perform the Services identified herein. The repainting requirements shall be in accordance with Gulfstream Aerospace and Federal Aviation Administration (FAA) directives and publications in effect at the time Services are performed. Paint Requirement: All paint stripping and refinish painting shall be in accordance with the manufacturer's specifications by use of Gulfstream Aerospace GAMPS 4000 (Gulfstream Aircraft Manufacturing Process Services) and the material manufacturer's specifications. Paint Stripping: Protective masking materials shall be applied to the aircraft windows, composites and applicable flight controls. All openings shall be sealed. Ferrous alloy (titanium) fasteners shall be protected as required. All fasteners shall be protected from the possibility of hydrogen embrittlement from the stripping process. Sanding: The aircraft shall be sanded as required to remove all paint or primer residue. Composites: Applicable composite areas, fairing duct inlets, nose and tail radomes, dorsal fin, and cowlings shall be sanded down to original primer (base). The composite shall be painted with an anti-static primer, fol1owed by a flexible fill primer and sanded for smooth top coat applications per GAMPS 4000 specifications. Paint Specifications: Paint : Jet Glo: 570-535 Matterhorn White, 571-527 Med.Grey 571-900 Gloss Black UE244 Royal Blue UB316 Bahama Blue. Flight Controls: The flaps shall be removed for stripping, priming and painting. After final paint is applied to flaps and aircraft, the flaps shall be reinstalled and operationally checked in accordance with Gulfstream Maintenance Manuals. Conversion Coating: Protective masking material shall be applied to sensitive areas. The aircraft shall be washed with a chemical richJsoap and scrubbed and rinsed with fresh water. Alodine shall be applied, left on aircraft until color change is evident, and then rinsed off with fresh water. All masking materials shall be removed. Primer Application: Protective masking shall be applied to all proper areas. Epoxy chromate corrosion protective primer shall also be applied. All skin butt seams and lap seams shall be sealed as necessary for a smooth finish. Topcoat Application: Two topcoat applications of Jet Glo 570-535 paint shall be applied in accordance with the manufacturer's specifications. Landing Gear: The landing gear, struts, gear doors, and wheels, shall be prepped, pressure cleaned, and sanded. The existing type of paint shall be applied. Following painting of the landing gear, an operational check of the emergency and normal gear swing shall be completed in accordance with the Gulfstream Aerospace Maintenance Manual. Layout of Stripes: Two (2) stripes will be required on the aircraft. Layout of the stripes will be provided by the Government prior to commencement of the specific portion of Service in which they are required. Placards: Placards shall be installed in accordance with FAA and NOAA requirements for installations added on the aircraft. Antennas: All antennas shall be painted. Communication Blade antennas and small L Band antennas shall be painted with lacquer, or in accordance with the manufacturer's specifications. All lower blade antennas shall be painted with a Yz" red warning mark on bottom of antenna and leading edges covered with L1-J 1" leading edge (erosion) tape. All static wicks shall be replaced with new wicks. Nose Erosion Boot: A clear vinyl nose erosion boot shall be applied to the radome. Entrance Door and Door Frame: The entrance door and frame shall be prepared for painting and painted to match the fuselage base coat (white). Baggage Door and Door Frame/Rear Bay (Hell Hole) Door: The inside of the baggage door and frame, and rear bay access door (hell hole) and frame, shall be prepped for painting and painted to match the fuselage color (white). Emergency Exit Marking: Exit bands shall be applied around the emergency exit windows and on the entrance door in accordance with FAA requirements. Wing Walk: Wing walk shall be applied to the RH and LH wing walk areas. Border color shall be the same as emergency exits. Filler Primer Application and Sealant fill primer shall be used on butt seams, lap seams, and rivet rows, to comply with a smooth finish to fuselage and wings. Sealant shall be used to fill any voids in existing areas. Wheel Wells and Rear Beams: Wheel wells and rear beams shall be scrubbed and pressure cleaned 'with solvent to remove any grease or foreign elements. The wheel wells shall be masked and sanded and primed as required and then painted white with all door seals to be replaced with new seals. NOAA Identification: The Government will provide the layout of the NOAA logo and flags to be applied prior to commencement of the specific portion of the Services in which they will be required. USDOC logo (United States Department of Commerce) - Location: UH and RJH of Fuselage NOAA logo (Round two tone NOAA symbol with bird flying through it) - Location: RIH and LIH of vertical stabilizer Flag of the United States of America - Location: RIH and LIH side of vertical stabilizer. Performed RVSM Inspection: I.A.W. Chp.53.00.00 Sec. 35 of Gulfstream Maintenance. Manual. Aircraft The aircraft and/or items listed above were repaired, inspected, and or replaced I.A.W. manufacturer's specifications and FAA approved data, and have been determined airworthy and are approved for return to service. Final Detail: Windows shall be cleaned and hand polished. All exposed metal (bright work) on leading edges of wings, thrust reversers and horizontal and vertical stabilizers shall be repolished. Gap seams between polished area and new paint shall be sealed, 4" chafe area shall be cleaned internally and externally. Additional Requirements: The Contractor shall provide an inbound inspection upon arrival and an outbound inspection upon departure of the aircraft at the Contractor's facility. Corrosion Repair: Any corrosion found on the aircraft must be repaired and approved through Gulfstream Aerospace Corporation (GAC) Service Engineering. As part of the paint scope requirements, the Contractor must provide a plan of action for handling corrosion found during the painting process. Such plan must involve GAC Service Engineering, the GIV Structural Repair Manual and the Nondestructive Testing Procedures Manual. Paint Warranty: All parts, labor, and material furnished shall be warranted to be free from defects and workmanship for a period of 3 years or 1,000 flight hours, whichever occurs first following the date of Government acceptance. Delivery and Period of Performance: The Operations Package I and II inspections are complied with on alternating years and typically performed in April-May prior to the Hurricane Season start on June 1. Calendar controlled maintenance is also required in December prior to the start of the Winter Storm Project in January. Any unscheduled maintenance occurring between June 1-November 30 will need immediate attention with minimum down time due to the requirement to have the aircraft on alert for Hurricane Missions. Delivery: The aircraft shall be delivered to the Contractor's facility by NOAA AOC personnel prior to the start of required services. The AOC requires the aircraft be inducted into the Operations Package at the Contractor's facility between April 2, and April 30 each year. Period of Performance: The maximum aircraft downtime is 30 calendar days after delivery of the aircraft to the Contractor's facility. Specific delivery and service schedules may vary slightly from the above dates. Scope for CLIN 0009: The NOAA AOC Gulfstream SP aircraft has two Rolls Royce Tay (Part Number Tay 611-8) engines. Engine #1 is SN 16613; Engine #2 is SN 16610. Current total time on the engines is 5693.6 Hours. Total Airframe time is synchronized with engine time. The engine midlife inspection was performed at 2456 Total Hours on 30 June 2004. The engines are due for overhaul at 4000 hours past midlife or 6456 hours total time. 762 Hours remain until the overhaul is due. Current projection estimates indicate the overhaul will come due in early November 2012-1st quarter FY 2013. The work requested includes the following: CLIN 0009a-Not to exceed 7 calendar days. 1.) Provide a technical team qualified for engine removal and reinstallation. 2.) Remove the government owned Tay 611-8 engines and prepare for shipping (shipping charges will be paid by separate vendor not part of this scope). 3.) While engines are removed, comply with associated opportunistic Computerized Maintenance Program (CMP) inspection items that are not accessible with engines installed on the aircraft. These items are provided in a separate attachment. 4.) Install loaner engines which will be provided by a separate vendor. 5.) Rig and perform operational checks necessary. 6.) Return the aircraft to service with loaner engines installed. CLIN 0009b-Not to exceed 7 calendar days 7.) After overhaul is performed by engine repair facility, estimating 70 calendar days, remove the loaner engines from the airframe. 8.) Reinstall the overhauled government owned engines on the airframe. 9.) Perform necessary rigging, operational checks. 10.)Return the aircraft to service with government owned engines installed. Government Property: Government owned parts, equipment, and property shall be returned to the Government if requested. The cost of shipping the returned parts shall be the responsibility of the Government. 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. NOAA AOC 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. CLINs 0006, 0011, 0015, and 0019 Over-and-Above Parts and Labor: The Contractor shall document discrepancies (over-and-above repair items) found during the course of work and report the necessary repairs to the 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 the 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 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. 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". Insurance Against Loss or Damage to Government Property: In addition to the coverage required under Clause 1352.228-70 Insurance Coverage, the Contractor shall, at its own expense, provide and maintain hull liability insurance of not less than $60,000,000.00 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. 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. IT Security Information: The C&A requirement of clause CAR 1352.239-72 Security Requirements for Information Technology Resources (April 2011) does not apply, and a Security Accreditation Package is not required. QUOTATION PREPARATION 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 August 23, 2011. [see FAR 52.212-1(f)(2)(i)(A).] (4) Questions may be submitted to Sharon.Clisso@noaa.gov no later than August 11, 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 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 Station Certificate for Gulfstream G-IV SP aircraft. • Must submit documentation of authorization by Gulfstream to perform ASC, CB's, major modifications and warranty work for Gulfstream G-IV SP aircraft. • Must submit documentation of being a 24-hour facility and able to supply parts, repairs and technical support for AOC, and unscheduled maintenance on a 24-hour, 7-day per week basis. • Must be able to perform all work requested at contractor's facility. • Facility must be located within the contiguous United States. 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 maintenance service requirement for the Gulfstream GIV 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 and the qualifications and experience of the factory trained technicians 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 - Location in Relation to Operational Areas: The quoter shall document the distance of their facility or facilities, if more than one, from the AOC (Tampa, FL). The quoter shall provide locations of any additional repair facilities or support facilities throughout the contiguous US, Alaska, Hawaii, and international locations. Factor 4 - Work Shifts: The quoter shall provide the number of work shifts (non-overtime) in a 24 hour day. 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 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, location of the contractor's facilities in relation to operational areas and work shifts, 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 evaluating 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 -LOCATION IN RELATION TO OPERATIONAL AREAS: NOAA will evaluate the quoter's location in relation to operational areas. Preference will be given to quoters with multiple repair facility locations with respect to Tampa, FL; Honolulu, HI; Anchorage, AK, and Tokyo, Japan. FACTOR 4 - WORK SHIFTS AND OPERATING HOURS: NOAA will evaluate the quoter's work shifts to determine the extent to which the quoter is available to service the aircraft. Mission flights during hurricane season terminate between 2100-2230 hours. In order to have maintenance performed, both scheduled and unscheduled, in time to get back in the aircraft for critical subsequent missions the next day, a facility on the East Coast/Gulf of Mexico that has non-overtime shifts running between 2100-0900 each and every day during the time period June 1 - November 1 will be given preference. Mission flights during winter storm season terminate between 1700-1830 hours. In order to have maintenance performed, both scheduled and unscheduled, in time to get back in the aircraft for critical subsequent missions the next day, a facility on the West Coast that has non-overtime shifts running between 1830-0730 each and every day during the time period December 15 - April 1 will be given preference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133M-11-RQ-1035/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02522835-W 20110806/110804235920-c8b494571abd445ee3d3a27040cfd3f4 (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.