Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOLICITATION NOTICE

J -- TWIN OTTER PT6A-27 ENGINE OVERHAULS FOR NOAA AOC, MACDILL AFB, FL - AOC SOW TWIN OTTER PT6A-27 ENGINE OVERHAULS

Notice Date
7/3/2014
 
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
NMAN6000-14-00508
 
Archive Date
8/15/2014
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, James E. Price, Phone: (816) 426-7464
 
E-Mail Address
ronald.f.anielak@noaa.gov, james.e.price@noaa.gov
(ronald.f.anielak@noaa.gov, james.e.price@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AOC SOW TWIN OTTER PT6A-27 ENGINE OVERHAULS This is a combined synopsis/solicitation from the U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), EAD-KC Office for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this notice. The requirement is for engine services for DHC-6 Twin Otter (PT6A-27) aircraft to include overhaul, remove and replace, scheduled and unscheduled repairs, loaner engines while NOAA engines are being overhauled, and purchase of overhauled or new engines for the NOAA Aircraft Operations center (AOC) at MacDill AFB, FL. It is intended that an Indefinite Delivery-Indefinite Quantity Task Order type contract with a base year and three (3) option years will be awarded from this solicitation. This notice constitutes the only Request for Quote (RFQ). Written quotes are being requested. A hardcopy written RFQ will not be issued. DOC/NOAA EAD-KC requires that all contractors doing business with this office be registered with the System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM please access the following web site: http://sam.gov. In order to register, quoters must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505 This notice is hereby issued as RFQ No. NMAN6000-14-00508. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75. 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) (Evaluation Criteria see RFQ SUBMISSION section, Technical & Past Performance when combined are slightly more important than price) 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2014), Section (b) (14i), (19), (25), (28), (29), (30), (31), (40),(50) (c) (1),(2) (Aircraft Mechanic $33.50/hour), (3) 52.216-18 Ordering (OCT 1995) from date of award through 1 year thereafter followed by 3 one year options 52.216-19 Order limitations (date of award thru 4 years thereafter provided options are exercised) (Minimum $10,000.00; Maximum $4.75 million) 52.216-22 Indefinte Quantity (OCT 1995) (d) after expiration of the performance period. 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 4 years 52.222-49 Service Contract Act -Place of Performance Unknown (MAY 1989) (Wage Determination will be incorporated at time of award) 52.232-18 Availability of Funds (APR 1984) 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) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.216-70 Contract Type Firm Fixed Price Indefinite Delivery- Indefinite Quantity Task Order Contract 1352.216-74 Task Orders (APR 2010) 1352.216-75 Minimum and Maximum Contract Amounts (APR 2010) Minimum $10,000.00 Maximum $4.5 Million) 1352.216-76 Placement of Orders (APR 2010) a warranted Contracting Officer at NOAA Eastern Acquisition Division either in Kansas City, MO or Norfolk, VA. 1352.228-70 Insurance Coverage (APR 2010) (see insurance paragraph in Statement of Work) 1352.233-70 Agency Protests (APR 2010) (b) James Price, DOC/NOAA/EAD-KC Office, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (c) James Price, DOC/NOAA/EAD-KC, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (e) Lauren DiDuik, 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 three one year options 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 PRICING : This acquisition is for commercial services. It will be quoted and completed in accordance with the terms, 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. The prices shall be inclusive of all costs The fully loaded hourly rates shall include base rate, overhead, fringe benefits, general and administrative (G&A), each and every other item of expense, and profit. It is intended that Task Order 1 be for dual PT6A-27 engine overhauls on Twin Otter N56RF with not to exceed amount for the Over and Above Items. BASE YEAR (12 months from date of award) CLIN 0001: Overhaul to zero time (excluding life limited parts) one PT6A-27 engine to include 100 percent replacement of all overhaul replacement parts, overhaul of all engine accessories (fuel control, bleed valves, fuel pumps, etc), tear down inspection report, and test cell run. Flat rate: $______________ CLIN 0002: Parts and Labor rate for over and above discrepancies during overhaul, scheduled maintenance, and unscheduled maintenance. Labor: $______ Per Hour Overtime Labor: $______ Per Hour New Parts: ________ % discount off list price Overhauled Parts: _________% discount off list price Exchange Parts: _________% discount off list price CLIN 0003: Remove and replace (R&R) one engine at the contractor's facility, and return the aircraft back to service. Flat Rate for One (1) R&R each: $_____________ CLIN0004: Remove and replace one engine at AOC in Tampa, Florida, and return the aircraft back to service. Flat Rate for One (1) R&R each: $_____________ CLIN 0005: Loaned Engine: Estimate 200 Flight Hours. Hourly Rate: $_____________ Daily Rate: $_____________ CLIN 0006: Overhaul exchange of one PT6A-27 engine assembly. Flat Rate: $______________ CLIN 0007: Outright purchase of one factory new PT6A-27 engine assembly. Provide delivery date of new engine after receipt of task order. Flat Rate: $______________ Delivery Date: ________________ CLIN 0008: Option to outright purchase of one overhauled PT6A-27 engine assembly. Provide estimated hours of TSO of overhauled engine and delivery date after receipt of task order. Flat Rate: $______________ Delivery Date: ________________ TSO estimated hours:___________ OPTION YEAR ONE (1) (12 months following end of Base Year) CLIN 0009: Overhaul to zero time (excluding life limited parts) one PT6A-27 engine to include 100 percent replacement of all overhaul replacement parts, overhaul of all engine accessories (fuel control, bleed valves, fuel pumps, etc), tear down inspection report, and test cell run. Flat rate: $______________ CLIN 0010: Parts and Labor rate for over and above discrepancies during overhaul, scheduled maintenance, and unscheduled maintenance. Labor: $______ Per Hour Overtime Labor: $______ Per Hour New Parts: ________ % discount off list price Overhauled Parts: _________% discount off list price Exchange Parts: _________% discount off list price CLIN 0011: Remove and replace (R&R) one engine at the contractor's facility, and return the aircraft back to service. Flat Rate for One (1) R&R each: $_____________ CLIN0012: Remove and replace one engine at AOC in Tampa, Florida, and return the aircraft back to service. Flat Rate for One (1) R&R each: $_____________ CLIN 0013: Loaned Engine: Estimate 200 Flight Hours. Hourly Rate: $_____________ Daily Rate: $_____________ CLIN 0014: Overhaul exchange of one PT6A-27 engine assembly. Flat Rate: $______________ CLIN 0015: Outright purchase of one factory new PT6A-27 engine assembly. Provide delivery date of new engine after receipt of task order. Flat Rate: $______________ Delivery Date: ________________ CLIN 0016: Option to outright purchase of one overhauled PT6A-27 engine assembly. Provide estimated hours of TSO of overhauled engine and delivery date after receipt of task order. Flat Rate: $______________ Delivery Date: ________________ TSO estimated hours:___________ OPTION YEAR TWO (2) (12 months following end of Option year 1) CLIN 0017: Overhaul to zero time (excluding life limited parts) one PT6A-27 engine to include 100 percent replacement of all overhaul replacement parts, overhaul of all engine accessories (fuel control, bleed valves, fuel pumps, etc), tear down inspection report, and test cell run. Flat rate: $______________ CLIN 0018: Parts and Labor rate for over and above discrepancies during overhaul, scheduled maintenance, and unscheduled maintenance. Labor: $______ Per Hour Overtime Labor: $______ Per Hour New Parts: ________ % discount off list price Overhauled Parts: _________% discount off list price Exchange Parts: _________% discount off list price CLIN 0019: Remove and replace (R&R) one engine at the contractor's facility, and return the aircraft back to service. Flat Rate for One (1) R&R each: $_____________ CLIN0020: Remove and replace one engine at AOC in Tampa, Florida, and return the aircraft back to service. Flat Rate for One (1) R&R each: $_____________ CLIN 0021: Loaned Engine: Estimate 200 Flight Hours. Hourly Rate: $_____________ Daily Rate: $_____________ CLIN 0022: Overhaul exchange of one PT6A-27 engine assembly. Flat Rate: $______________ CLIN 0023: Outright purchase of one factory new PT6A-27 engine assembly. Provide delivery date of new engine after receipt of task order. Flat Rate: $______________ Delivery Date: ________________ CLIN 0024: Option to outright purchase of one overhauled PT6A-27 engine assembly. Provide estimated hours of TSO of overhauled engine and delivery date after receipt of task order. Flat Rate: $______________ Delivery Date: ________________ TSO estimated hours:___________ OPTION YEAR THREE (3) (12 months following end of Option Year 2) CLIN 0025: Overhaul to zero time (excluding life limited parts) one PT6A-27 engine to include 100 percent replacement of all overhaul replacement parts, overhaul of all engine accessories (fuel control, bleed valves, fuel pumps, etc), tear down inspection report, and test cell run. Flat rate: $______________ CLIN 0026: Parts and Labor rate for over and above discrepancies during overhaul, scheduled maintenance, and unscheduled maintenance. Labor: $______ Per Hour Overtime Labor: $______ Per Hour New Parts: ________ % discount off list price Overhauled Parts: _________% discount off list price Exchange Parts: _________% discount off list price CLIN 0027: Remove and replace (R&R) one engine at the contractor's facility, and return the aircraft back to service. Flat Rate for One (1) R&R each: $_____________ CLIN0028: Remove and replace one engine at AOC in Tampa, Florida, and return the aircraft back to service. Flat Rate for One (1) R&R each: $_____________ CLIN 0029: Loaned Engine: Estimate 200 Flight Hours. Hourly Rate: $_____________ Daily Rate: $_____________ CLIN 0030: Overhaul exchange of one PT6A-27 engine assembly. Flat Rate: $______________ CLIN 0031: Outright purchase of one factory new PT6A-27 engine assembly. Provide delivery date of new engine after receipt of task order. Flat Rate: $______________ Delivery Date: ________________ CLIN 0032: Option to outright purchase of one overhauled PT6A-27 engine assembly. Provide estimated hours of TSO of overhauled engine and delivery date after receipt of task order. Flat Rate: $______________ Delivery Date: ________________ TSO estimated hours:___________ RFQ SUBMISSION Signed and dated quotes must be submitted. Quotes must be received on or before 12:00PM Noon central time July 31, 2014. Quotes may be 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: A. Technical proposal addressing all 8 Evaluation Criteria listed below, and B. 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. Quoters shall keep their pricing information proposal separate from their technical proposal. Quoter technical proposal shall provide, discuss and address all 8 of the following criteria: Minimum Evaluation Technical Requirements 1. Must submit a copy of FAA Repair Station Certificate covering the PT6A engines and, 2. Must submit proof of insurance or the ability to obtain insurance in accordance with requirements contained in CAR Clause 1352.228-70. Contractors must first meet the above minimum evaluation technical requirements and then will be evaluated on the following Technical Evaluation Factors: 1. Past Performance Information. No more than 3 references from contracts of a similar scope that shows evidence of the quoter's ability to accomplish the required work. The quoter's demonstrated record, as confirmed by references, of successful past performance of the same or substantially similar contract efforts, including quality of services or supplies, timeliness of performance, cost control, and the quoter's business relations. 2. Provide ability to perform an engine overhaul for a PT6A-27 engine, in accordance with the manufacturer's manual. Must be able to provide references of having performed work on the same type aircraft Twin Otter within the past 6 months (Reference to include: Company name, address, contact person's name and phone number, "N" number of the aircraft on which work was/is performed, nature of work completed, date of completion or status) 3. Provide number of factory Pratt and Whiney trained technicians on staff. 4. Qualifications and Availability of Key Personnel. Provide relevant prior experience, special training and education of proposed key personnel to include Service Manager, Lead Technician, and Contract Administrator. 5. Provide the number of non-overtime work shifts and total number of service hours available in a 24 hour period as well as the number of days of the week they work. 6. Location: Provide address of the facility proposed for use in the contract. Proximity to the NOAA AOC is desired. The Government will award the contract to the contractor that is the best value for the work. All responsible small businesses 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/NMAN6000-14-00508/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN03415333-W 20140705/140704001041-308f216382defb010f5d9cb9e887fcf9 (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.