Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

J -- OVERHAUL P-3 AIRCRAFT FLAP JACKSCREW

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
NMAN6000-12-02412
 
Archive Date
5/9/2012
 
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
Total Small Business
 
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 overhaul and repair of a P-3 Aircraft Flap Jackscrew P/N SPL5568-5 for delivery to NOAA Aircraft Operations Center (AOC) at MacDill AFB, Tampa FL. NAICS code is 336413 and the size standard is 1000 employees. This RFQ is being issued as a total (100%) small business set-aside. 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 RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 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) (11i), (21), (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) 52.222-49 Service Contract Act -Place of Performance Unknown (MAY 1989) (Wage Determination will be incorporated at time of award) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 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) 30 days from receipt of the assembly 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: Contractor shall: -Repair/overhaul a Flap Jackscrew Assembly (part Number SPL5568-5) to include all replacement parts -Be a current FAA or OEM certified facility to overhaul the jackscrew assembly -Internal and external items must be repaired and/or overhauled to OEM specifications -Repaired/overhauled assembly will be tested, inspected, and certified in accordance with either OEM or FAA requirements by contractor as stamped Ready for Installation (RFI) -Items will be packaged and marked per industry standards: Packing will be such as to prevent moisture intrusion, to prevent corrosion, and to prevent against shipping and storage damage. NOAA/AOC will: -Fund all transportation cost of the assembly to and from the contractor's facility for repair and/or overhaul: Transportation will be via UPS using the NOAA/AOC account. Delivery: Overhauled assembly to National Oceanic Atmospheric Administration (Aircraft Operations Center), 7917 Hangar Loop Drive (Hangar, 5), MacDill AFB, Tampa Florida 33621-5401. Period of Performance: 30 days or sooner after receipt of assembly by contractor. Due to mission requirements and the limited number of spares possessed by the AOC, the contractor shall provide a turn-around time not to exceed 30 working days. Should abnormal requirements and/or circumstances occur which would require an extension of this performance period, the contractor should immediately provide documentation to the CO as to the reason and extent of the abnormal requirements and/or circumstances. The contractor shall provide the best estimate of any extension required. SCHEDULE OF PRICES: This is an order for commercial services. The line 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 CLIN 0001 shall be firm-fixed price inclusive of all costs. LINE ITEM 0001: Overhaul Flap Jackscrew assembly (P/N SPL5568-5) for a P-3 aircraft to include any and all repair items per the Statement of Work. NOTE: High cost replacement parts and /or the presence of corrosion stated in the OEM overhaul directive will NOT be considered as reasons for re-negotiation of the firm fixed price. Quantity: 1 overhaul and repair Unit: each Unit Price $________ Total Price $__________ Additionally, provide the following pricing information for possible future acquisitions: Outright Purchase New P-3 Jackscrew P/N 5568-5 $___________Delivery Time:_________ Parts New: ____________% markup from Cost Parts PMA (Parts Manufacturer Approval) ______________% markup from Cost Parts Overhauled:___________% markup from Cost Repair/Overhaul Labor: $___________per/hr Estimated Shipping cost from Contractor facility to AOC, MacDill AFB, FL $__________ RFQ SUBMISSION Signed and dated quotes must be submitted. Quotes shall be received on or before 1:00PM central time on April 24, 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. All Pricing Information The evaluation of quotes will be conducted as a commercial item acquisition in accordance with Federal Acquisition Regulation Part 12. This may include price, time availability for services required, and other pricing 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/NMAN6000-12-02412/listing.html)
 
Place of Performance
Address: contractors facility, United States
 
Record
SN02719673-W 20120413/120411235518-435490bb7597df2abb8f63e29f8a5c10 (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.