Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

J -- T56-A-14 ENGINE DRIVEN COMPRESSOR & OIL-TO-OIL HEAT EXCHANGERS FOR NOAA, AIRCRAFT OPERATIONS CENTER, MACDILL AFB, FL - STATEMENT OF WORK

Notice Date
7/22/2014
 
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
NMAN6000-14-00375
 
Archive Date
8/28/2014
 
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
STATEMENT OF WORK FOR EDC & HEAT EXCHANGERS FOR NOAA AOC 14-00375 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 T56-A-14 Engine Driven Compressor (EDC) and Oil-to-Oil Heat Exchanger purchase/overhaul exchange/overhaul 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 four (4) 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.NMAN6000-14-00375. 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 equal to 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 4 one year options 52.216-19 Order limitations (date of award thru 5 years thereafter provided options are exercised) (Minimum $5,000; Maximum $1,000,000) 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 5 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) 52.247-34 F.O.B. Destination (NOV 1991) 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 $5,000.00 Maximum $1.0 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 four 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. LINE ITEM 0001: Base Year - Twelve months following date of award. Provide pricing for purchase, overhaul exchange, and overhaul of EDC. This includes a separate Discrepancy Report for each item needing repair. This CLIN is on a Fixed Price basis. Purchase Price for New EDC unit: $__________________ Overhaul Exchange Price for EDC unit: $_________________ Overhaul Price for EDC unit: $________________ LINE ITEM 0002: Base Year - Twelve months following date of award. Provide pricing for purchase, overhaul exchange, and overhaul of Oil-to-Oil Heat Exchangers. This includes a separate Discrepancy Report for each item needing repair. This CLIN is on a Fixed Price basis. Purchase Price for New Oil-to-Oil Heat Exchanger unit: $_______________ per unit, no core exchange Overhaul Exchange Price for Oil-to-Oil Heat Exchanger unit: $______________per unit, with core exchange Overhaul Price for Oil-to-Oil Heat Exchanger unit: $_______________ per unit, with core exchange Purchase Price for New Hose Assembly P/N SR3806-6-0344 $__________per unit Purchase Price for New Hose Assembly P/N SR3800-6-03 l 4 $_________per unit LINE ITEM 0003: Base Year - Twelve months following date of award Over and Above Items - Parts & Labor Correct over and above items which are not a part of an EDC overhaul to include providing parts and technical support - parts and labor. This CLIN is on a time and materials basis. The not-to-exceed (NTE) amount in the schedule is determined by the Government. The contractor exceeds the NTE amount at its own risk. Labor: $_____________per hour Overtime Labor: $______________ per hour Materials:________ % markup from cost or____________ % discount from cost (if applicable) LINE ITEM 1001: Option Year 1 - Twelve months following end of Base Year. Provide pricing for purchase, overhaul exchange, and overhaul of EDC. This includes a separate Discrepancy Report for each item needing repair. This CLIN is on a Fixed Price basis. Purchase Price for New EDC unit: $___________________ Overhaul Exchange Price for EDC unit: $__________________ Overhaul Price for EDC unit: $__________________ LINE ITEM 1002: Option Year 1 - Twelve months following end of Base Year. Provide pricing for purchase, overhaul exchange, and overhaul of Oil-to-Oil Heat Exchangers. This includes a separate Discrepancy Report for each item needing repair. This CLIN is on a Fixed Price basis. Purchase Price for New Oil-to-Oil Heat Exchanger unit: $______________per unit, no core exchange Overhaul Exchange Price for Oil-to-Oil Heat Exchanger unit: $__________________$ per unit, with core exchange Overhaul Price for Oil-to-Oil Heat Exchanger unit: $______________per unit, with core exchange Purchase Price for New Hose Assembly P/N SR3806-6-0344 $_______________ per unit Purchase Price for New Hose Assembly P/N SR3800-6-03 l 4 $________________ per unit LINE ITEM 1003: Option Year 1 - Twelve months following end of Base Year Over and Above Items - Parts & Labor Correct over and above items which are not a part of an EDC overhaul to include providing parts and technical support - parts and labor. This CLIN is on a time and materials basis. The not-to-exceed (NTE) amount in the schedule is determined by the Government. The contractor exceeds the NTE amount at its own risk. Labor: $_____________per hour Overtime Labor: $______________ per hour Materials:_________________ % markup from cost or __________% discount from cost (if applicable) LINE ITEM 2001: Option Year 2 - Twelve months following end of Option Year 1 Provide pricing for purchase, overhaul exchange, and overhaul of EDC. This includes a separate Discrepancy Report for each item needing repair. This CLIN is on a Fixed Price basis. Purchase Price for New EDC unit: $_____________ Overhaul Exchange Price for EDC unit: $________________ Overhaul Price for EDC unit: $___________________ LINE ITEM 2002: Option Year 2 - Twelve months following end of Option Year 1. Provide pricing for purchase, overhaul exchange, and overhaul of Oil-to-Oil Heat Exchangers. This includes a separate Discrepancy Report for each item needing repair. This CLIN is on a Fixed Price basis. Purchase Price for New Oil-to-Oil Heat Exchanger unit: $________________ per unit, no core exchange Overhaul Exchange Price for Oil-to-Oil Heat Exchanger unit: $__________________per unit, with core exchange Overhaul Price for Oil-to-Oil Heat Exchanger unit: $________________ per unit, with core exchange Purchase Price for New Hose Assembly P/N SR3806-6-0344 $________________ per unit Purchase Price for New Hose Assembly P/N SR3800-6-03 l 4 $______________________per unit LINE ITEM 2003: OptionYear 2 -Twelve months following end of Option Year 1 Over and Above Items - Parts & Labor Correct over and above items which are not a part of an EDC overhaul to include providing parts and technical support - parts and labor. This CLIN is on a time and materials basis. The not-to-exceed (NTE) amount in the schedule is determined by the Government. The contractor exceeds the NTE amount at its own risk. Labor: $_____________per hour Overtime Labor: $______________ per hour Materials:________________% markup from cost or _________________% discount from cost (if applicable) LINE ITEM 3001: Option Year 3 - Twelve months following end of Option Year 2 Provide pricing for purchase, overhaul exchange, and overhaul of EDC. This includes a separate Discrepancy Report for each item needing repair. This CLIN is on a Fixed Price basis. Purchase Price for New EDC unit: $______________ Overhaul Exchange Price for EDC unit: $_____________ Overhaul Price for EDC unit: $_____________________ LINE ITEM 3002: Option Year 3 - Twelve months following end of Option year 2 Provide pricing for purchase, overhaul exchange, and overhaul of Oil-to-Oil Heat Exchangers. This includes a separate Discrepancy Report for each item needing repair. This CLIN is on a Fixed Price basis. Purchase Price for New Oil-to-Oil Heat Exchanger unit: $_________________per unit, no core exchange Overhaul Exchange Price for Oil-to-Oil Heat Exchanger unit: $__________________per unit, with core exchange Overhaul Price for Oil-to-Oil Heat Exchanger unit: $________________ per unit, with core exchange Purchase Price for New Hose Assembly P/N SR3806-6-0344 $____________________per unit Purchase Price for New Hose Assembly P/N SR3800-6-03 l 4 $____________________per unit LINE ITEM 3003:Option Year 3 - Twelve months following end of Option Year 2 Over and Above Items - Parts & Labor Correct over and above items which are not a part of an EDC overhaul to include providing parts and technical support - parts and labor. This CLIN is on a time and materials basis. The not-to-exceed (NTE) amount in the schedule is determined by the Government. The contractor exceeds the NTE amount at its own risk. Overtime Labor: $___________________per hour Materials:_________________ % markup from cost or _________________% discount from cost (if applicable) LINE ITEM 4001: Option Year 4 - Twelve months following end of Option Year 3 Provide pricing for purchase, overhaul exchange, and overhaul of EDC. This includes a separate Discrepancy Report for each item needing repair. This CLIN is on a Fixed Price basis. Purchase Price for New EDC unit: $___________________ Overhaul Exchange Price for EDC unit: $______________ Overhaul Price for EDC unit: $_____________________ LINE ITEM 4002: Option Year 4 - Twelve months following end of Option Year 3 Provide pricing for purchase, overhaul exchange, and overhaul of Oil-to-Oil Heat Exchangers. This includes a separate Discrepancy Report for each item needing repair. This CLIN is on a Fixed Price basis. Purchase Price for New Oil-to-Oil Heat Exchanger unit: $_____________________per unit, no core exchange Overhaul Exchange Price for Oil-to-Oil Heat Exchanger unit: $____________________per unit, with core exchange Overhaul Price for Oil-to-Oil Heat Exchanger unit: $___________________per unit, with core exchange Purchase Price for New Hose Assembly P/NSR3806-6-0344 $_________________per unit Purchase Price for New Hose Assembly P/NSR3800-6-0314 $_________________per unit LINE ITEM 4003: Option year 4 - Twelve months following end of Option Year 3 Over and Above Items - Parts & Labor Correct over and above items which are not a part of an EDC overhaul to include providing parts and technical support - parts and labor. This CLIN is on a time and materials basis. The not-to-exceed (NTE) amount in the schedule is determined by the Government. The contractor exceeds the NTE amount at its own risk. Labor: $____________per hour Overtime Labor: $______________per hour Materials: _________________% markup from cost or __________________ % discount from cost (if applicable) RFQ SUBMISSION Signed and dated quotes must be submitted. Quotes must be received on or before 1:00PM central time August 13, 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 7 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 7 of the following criteria: MINIMUM TECHNICAL FACTORS (GO/NO-GO): 1. Offeror shall be an approved FAA repair station for the units listed. Offeror shall provide a copy of FAA approvals/certifications. 2. Offeror shall provide proof of insurance to cover the replacement cost of the EDC and/or Oil-to-Oil Heat Exchanger assemblies should loss or damage occur TECHNICAL FACTORS: 1)PAST PERFORMANCE AND RELATED EXPERIENCE: include phone numbers and points of contact and related experience which demonstrates offeror has performed overhaul/repair to the line items within the past 6 months. Describe the offeror's overall experience, years in business, and contractor's ability to accomplish the work. Contractor shall provide the amount of similar work accomplished in the last 6 months. 2)HOURS OF OPERATION: provide number of work shifts and operating service hours in a 24 hour day (non-overtime) as well as number of operating days per week and ability to provide "Hot Line" assistance. 3)LOCATION: contractor's facility or facilities within CONUS Proximity to NOAA AOC is desired; 4)WARRANTY: calendar and/or flight hour warranty on EDC and Oil-to-Oil Heat Exchanger. 5) SERVICE TIME: amount of time required to overhaul and return an AOC unit; amount of time for AOC to receive an overhaul exchange unit. Price is equal to other non-cost factors. The Government will award the contract to the contractor that is the best value for the work. This may include percent of discount or markup on parts, labor rates, time availability for services required, and other technical factors. All responsible offerors 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/NMAN6000-14-00375/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN03434073-W 20140724/140722235807-49a0295ba17ff3ef384fa8b3fbc09064 (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.