Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
SOLICITATION NOTICE

J -- AIRCRAFT ENGINE CONDITION TREND MONITORING (ECTM) for NOAA, AOC - STATEMENT OF WORK ECTM

Notice Date
12/8/2011
 
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
NMAN6000-12-1007
 
Archive Date
1/20/2012
 
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
STATEMENT OF WORK ECTM 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 Internet-based Engine Condition and Trend Monitoring (ECTM) 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. DOC/NOAA 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 quoters 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 No. NMAN6000-12-01007. 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) 52.212-1 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 Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAY 2011), Section (b) (24), (25), (26), (27), (36), (39),(45) (c) (1) (2) (Equivalent Rate: Aircraft Mechanic $33.50/hour) 52.216-1 Type of Contract (APR 1984) (Firm Fixed Price) 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) 52.233-2 Service of Protest (Sep 2006) 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) 1352.209-72 Restrictions Against Disclosure (APR 2009) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.233-70 Agency Protests (APR 2010) (b) James Price, 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) Mark Langstein, 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) 1352.246-70 Place of Acceptance (APR 2010) (DOC/NOAA/AOC/MacDill AFB, FL) 1352.270-70 Period of Performance (APR 2010) Base period is from date of award through one year thereafter followed by four one year option periods. 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 STATEMENT OF WORK: See attachment SCHEDULE OF PRICES: This is an order for commercial services. The lines item will be quoted and completed in accordance with the terms and conditions and statement of work specified herein. The resultant contract will be subject to the Department of Labor Service Contract Act Wage Determination for the area in which the work is to be performed. Prices quoted for CLINs 0001 thru 0025 shall be firm-fixed price inclusive of all costs. BASE YEAR - Twelve months following date of award. LINE ITEM 0001: Internet-Based ECTM service for DHC-6-300 Twin Otter (Two PT-6A-27 engines) Quantity: 4 aircraft Unit: each Unit Price $________ Total Price $_________________ LINE ITEM 0002: Internet-Based ECTM service for AC695 Twin Commander Jetprop (Two AiResearch TPE-331-10-501K engines) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0003: Internet-Based ECTM service for BE-350ER King Air (Two PT6-60A engines) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0004: Internet-Based ECTM service for Gulfstream G-IV SP (Two Rolls Royce Tay Mark 611-8 Engines and one AiResearch GTCP-36-100G APU) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0005: Internet-Based ECTM service for WP-3D Orion (Four Rolls Royce T-56A-14 engines) Quantity: 2 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ OPTION YEAR 1 - Twelve months following end of Base Year. LINE ITEM 0006: Internet-Based ECTM service for DHC-6-300 Twin Otter (Two PT-6A-27 engines) Quantity: 4 aircraft Unit: each Unit Price: $________ Total Price: $_________________ LINE ITEM 0007: Internet-Based ECTM service for AC695 Twin Commander Jetprop (Two AiResearch TPE-331-10-501K engines) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0008: Internet-Based ECTM service for BE-350ER King Air (Two PT6-60A engines) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0009: Internet-Based ECTM service for Gulfstream G-IV SP (Two Rolls Royce Tay Mark 611-8 Engines and one AiResearch GTCP-36-100G APU) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0010: Internet-Based ECTM service for WP-3D Orion (Four Rolls Royce T-56A-14 engines) Quantity: 2 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ OPTION YEAR 2 - 12 months following end of Option Year 1. LINE ITEM 0011: Internet-Based ECTM service for DHC-6-300 Twin Otter (Two PT-6A-27 engines) Quantity: 4 aircraft Unit: each Unit Price: $________ Total Price: $_________________ LINE ITEM 0012: Internet-Based ECTM service for AC695 Twin Commander Jetprop (Two AiResearch TPE-331-10-501K engines) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0013: Internet-Based ECTM service for BE-350ER King Air (Two PT6-60A engines) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0014: Internet-Based ECTM service for Gulfstream G-IV SP (Two Rolls Royce Tay Mark 611-8 Engines and one AiResearch GTCP-36-100G APU) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0015: Internet-Based ECTM service for WP-3D Orion (Four Rolls Royce T-56A-14 engines) Quantity: 2 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ OPTION YEAR 3 - 12 months following end of Option year 2. LINE ITEM 0016: Internet-Based ECTM service for DHC-6-300 Twin Otter (Two PT-6A-27 engines) Quantity: 4 aircraft Unit: each Unit Price: $________ Total Price: $_________________ LINE ITEM 0017: Internet-Based ECTM service for AC695 Twin Commander Jetprop (Two AiResearch TPE-331-10-501K engines) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0018: Internet-Based ECTM service for BE-350ER King Air (Two PT6-60A engines) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0019: Internet-Based ECTM service for Gulfstream G-IV SP (Two Rolls Royce Tay Mark 611-8 Engines and one AiResearch GTCP-36-100G APU) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0020: Internet-Based ECTM service for WP-3D Orion (Four Rolls Royce T-56A-14 engines) Quantity: 2 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ OPTION YEAR 4 - twelve months following end of Option Year 3 LINE ITEM 0021: Internet-Based ECTM service for DHC-6-300 Twin Otter (Two PT-6A-27 engines) Quantity: 4 aircraft Unit: each Unit Price: $________ Total Price: $_________________ LINE ITEM 0022: Internet-Based ECTM service for AC695 Twin Commander Jetprop (Two AiResearch TPE-331-10-501K engines) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0023: Internet-Based ECTM service for BE-350ER King Air (Two PT6-60A engines) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0024: Internet-Based ECTM service for Gulfstream G-IV SP (Two Rolls Royce Tay Mark 611-8 Engines and one AiResearch GTCP-36-100G APU) Quantity: 1 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ LINE ITEM 0025: Internet-Based ECTM service for WP-3D Orion (Four Rolls Royce T-56A-14 engines) Quantity: 2 aircraft Unit: each Unit Price: $_____________ Total Price: $____________ RFQ SUBMISSION Signed and dated quotes must be submitted. Quotes shall be received on or before 1:00PM central time on January 5, 2012. 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 shall 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 3 Go-No Go factors and all 5 technical factors listed below including Past Performance references (no more than 3), and 3. Pricing Information. The evaluation of quotes will be conducted as a commercial item acquisition in accordance with Federal Acquisition Regulation Part 12. The evaluation of quotes shall be based on the quoters responsiveness to the items listed, quoters price proposal, and the quoters 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) Quoter shall provide evidence that it is an approved Pratt & Whitney and Rolls-Royce Designated Analysis Center covering all aircraft in the statement of work; 2) Quoter shall provide evidence of having the ability to perform consistent ECTM and show evidence that its personnel have successfully completed an Engine Condition Trend Monitoring Internet-based course or have demonstrated more than one (1) year of experience using the internet-based ECTM services application in conjunction with trend analysis. 3) Quoter shall provide ECTM data sheets for aircrew use in the recording and submittal of recorded data to the DAC, and a means from which aircrew may submit data (fax and on-line) to the DAC on a reoccurring basis while aircraft are deployed. Contractors shall first meet the above minimum technical factors and then will be evaluated on the technical factors. TECHNICAL FACTORS: 1) Past performance. References (no more than 3) from contracts of a similar scope that shows evidence of quoter's ability to accomplish the required service. Provide number of accounts, relevancy of work, and recency of work and related experience to include phone numbers and points of contact which demonstrates quoter has performed ECTM service for the aircraft and engines in the SOW. Contractor shall provide the amount of similar work accomplished in the last 12 months ; 2) Provide demonstrated experience in performing the service listed in the SOW; 3) Describe quality of data storage, time interval between back-ups, and method used to back up data; 4) Provide location of contractors facility or facilities including location(s) of data back-up facilities; 5) Describe ability to meet requirements during proposed periods of performance and availability of after duty hour's technical assistance. Technical factors, when combined, are slightly more important than price. As the technical evaluations become more equal price becomes more important. Conversely, as price quotes become more equal to one another, technical evaluations will become a more important determining factor. The Government will award the contract to the contractor that is the best value for the work in a manageable location. This may include price, time availability for services required, and other technical factors. All responsible quoters 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/NMAN6000-12-1007/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN02636296-W 20111210/111208234734-1fb132cde6f16dc54c4bcde02b5fedf5 (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.