Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
SOLICITATION NOTICE

16 -- Single Point Refueling System for Quest Kodiak Aircraft - Schedule of Items

Notice Date
9/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
U.S. Forest Service, Contracting, Owyhee Building - MS 1100, 3833 S. Development Avenue, Boise, Idaho, 83705-5354, United States
 
ZIP Code
83705-5354
 
Solicitation Number
12024B18Q0008
 
Archive Date
12/31/2018
 
Point of Contact
Mike McFarlane, Phone: 208-387-5695
 
E-Mail Address
michaelmcfarlane@fs.fed.us
(michaelmcfarlane@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule of Items Solicitation 12024B18Q0008 Single Point Refueling System for Quest Kodiak This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation 12024B18Q0008 is being solicited as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 dated 08/22/2018. (iv) This requirement is set-aside for small business. The NAICS code for this procurement is 336413, with a small business size standard of 1,250 employees. (1680 is the PSC.) (v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). Pricing below will be for orders placed during the periods listed in the Schedule of Items. [See attached document for Schedule of Items table - data submission.] (vi) The requirement is for purchase and installation of an FAA approved single point refueling system currently approved via STC for the Quest Kodiak 100 Aircraft. Single Point Refueling System Installation shall be performed by either of the following: (1) An appropriately rated Certified Repair Station with either an appropriate class or limited rating for the individual make and model of aircraft, maintenance, or; (2) By an FAA Licensed Airframe and Powerplant mechanic or under the direct supervision of an FAA Licensed Airframe and Powerplant mechanic with Inspection Authorization and a minimum of three (3) years' experience on Quest Kodiak 100 aircraft. (vii) Delivery will be a maximum of 60 days from date of award or order placement unless a later delivery date is specified in the order or accepted at time of award. Delivery and acceptance will be Free on board (FOB) origin. (viii) The FAR provision at 52.212-1, Instructions to Offerors-Commercial (AUG 2018), applies to this acquisition and the following addenda to the provision provides additional detail: - NAICS Code is 336413 as stated above in paragraph (iv) - Quotes shall include the total installed weight of the system (additions, subtractions, and total added weight to the aircraft), Copy of the STC, Installation facility of the modification and documentation as to what authority (per those authorized by the solicitation) the STC will be installed under, Duration of the installation in calendar days, location of the Installation, and Past Performance References (with Point of Contact with phone number, description of contract or sales, and month and year of the transaction) and Pricing per the Schedule of Items. (ix) The FAR provision at 52.212-2, Evaluation-Commercial Items (OCT 2014), is applicable, and the specific evaluation criteria included in paragraph (a) of that provision are as follows in descending importance: oPrice  Price of the system installed  Location for Installation (for purposes of evaluation, the aircraft are located in one (1) in Broomfield, CO, one (1) in Redmond, OR (if ordered) and the remaining eight (8) will be sent from Sandpoint, ID at the manufacturer's facility - (if ordered) (Flight rate of $534/hour)) oNet added weight of the System to the aircraft oDuration of the installation oPast Performance (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2018), with its offer. If Offerors are currently registered on the System for Award Management (SAM) website at www.sam.gov with the NAICS Code for this procurement, the offer shall reference that 52.212-3 is available online on SAM. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017), applies to this acquisition. ADDENDUM TO FAR 52.212-4(g) INVOICES: Invoices in support of the U.S. Forest Service shall be submitted to the following: The Contractor must follow the instructions on how to register and submit invoices via the Department of Treasury's Internet Payment Platform (IPP) as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic invoice processing platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/index.htm to establish your account. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (AUG 2018), applies to this acquisition and the following selectable clauses, in paragraph (b), are applicable to the acquisition: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) The following additional contract requirement(s) or terms and conditions are applicable to the acquisition: FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.216-18, Ordering (OCT 1995) Paragraph (a): insert "Date of Award" and "June 30, 2023", respectively, in fill ins FAR 52.216-19, Order Limitations (OCT 1995) Paragraph (a): insert "1 Single Point Refueling System" in fill in. Paragraph (b) (1): insert "2 Single Point Refueling Systems" in fill in. (2): insert "10 Single Point Refueling Systems" in fill in. (3): insert "60" in fill in. Paragraph (d): insert "3" in fill in. FAR 52.216-22, Indefinite Quantity (OCT 1995) Paragraph (d): insert "December 31, 2023" in fill in. AGAR 452.211-75, Effective Period of the Contract (FEB 1988) The effective period of this contract is from date of Award through June 30, 2023. AGAR 452.216-73, Minimum and Maximum Contract Amounts (FEB 1988) During the period specified in FAR clause 52.216-18, ORDERING, the Government shall place orders totaling a minimum of 1 Single Point Refueling System but not in excess of 10 Single Point Refueling Systems. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation. (xv) Electronically-submitted quotes are due no later than October 10, 2018 at 2:00 p.m. MT to: NATIONAL INTERAGENCY FIRE CENTER U.S. FOREST SERVICE CONTRACTING OWYHEE BUILDING - MS 1100, 12024B18Q0008 3833 S DEVELOPMENT AVE BOISE, ID 83705-5354 Or e-mail to Michael McFarlane at michaelmcfarlane@fs.fed.us (xvi) Contact Michael McFarlane at (208) 387-5695 or michaelmcfarlane@fs.fed.us for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/024B/12024B18Q0008/listing.html)
 
Record
SN05102251-W 20180926/180924230912-b6dd49847ca150670e8e22b9e3be4caf (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.