Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

J -- REFURBISHMENT OF TWO U-6 BEAVER AIRCRAFT AND ONE NU-1B OTTER AIRCRAFT

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-0134
 
Response Due
9/10/2003
 
Archive Date
9/25/2003
 
Point of Contact
Mary Roland, Contract Specialist, Phone (301) 757-9709, Fax (301) 757-0200, - Thomas Stann, Contract Specialist, Phone (301) 757-9714, Fax 301-757-9760,
 
E-Mail Address
RolandMC@navair.navy.mil, stannte@navair.navy.mil
 
Description
This is a combined synopsis/solicitation announcement issued as a Request for Quotations (RFQ) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; RFQ proposals are being requested. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 15 (as of 25 August 2003) and DCN 20030821. The requirement is issued as a full and open competitive requirement under NAICS Code 488190, size standard $6.0 million. This requirement is NOT set aside for small businesses. However, if two or more small businesses respond with a technically capable offer, this requirement will be converted to a small business set-aside and offers received from large businesses will not be further considered for award. Proposals are due no later than 3:00 p.m. (EDT) on 10 September 2003 to NAVAIR/AD Contracts (AIR 2.5.1), Building 588, Suite 2, Code 251711 (Mary Roland), Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 588, Patuxent River, Maryland 20670-1463. Quotes shall reference solicitation N00421-03-R-0134. REQUIREMENT: The Test Wing Atlantic (Competency 5.5.4) (United States Naval Test Pilot School, hereinafter referred to as USNTPS), Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, has a requirement to inspect and refurbish U1 and U6 aircraft as described in Section B, the Statement of Work, and Contract Data Requirements List, all of which are available by accessing the Naval Air Systems Command (NAVAIRSYSCOM) Home Page for solicitations at http://www.navair.navy.mil/doing_business/open_solicitations/. Click on solicitation N00421-03-R-0134, then scroll down and click on “SOW/Section B”, “CDRLs”, and “Reps/Certs”. Or, you may contact Ms. Roland at (301) 757-9709. GENERAL INFORMATION FOR THE PROPOSALS: Quotes shall address all CLINs (0001 through 0039); all partial quotes will be rejected as non-responsive. The requirement is proposed as a FIRM FIXED PRICE contract and shall be quoted on an ALL OR NONE basis. All quotes shall contain – as a minimum – the following information: (1) Name, telephone number, address, point of contact and email address, and contract number (if any, or other identifying information) of at least three current references (within the past two years) that can be contacted for past performance information to verify/confirm the offeror’s ability/willingness to meet performance/schedule requirements and industry reputation; (2) information on its facilities (brochures, web sites, etc.) to confirm that contractor has adequate facilities as described in the Statement of Work; (3) information to verify the price offered (e.g., a copy of a current catalog or established price list; three invoices for the same or similar services, etc.); (4) a fixed hourly rate for the “Over and Above” work under CLIN 0039, together with sufficient information to determine the rate fair and reasonable; and (5) the completed Representations and Certifications required by FAR 52.212-3 and DFARS 252.212-7000. These representations and certifications are provided on the NAVAIRSYCOM Home Page for solicitations shown herein. Any changes to this RFQ will be sent electronically to the FEDBIZOPS as amendments and incorporated on the NAVAIRSYSCOM Home Page for solicitations. DELIVERY: CLINs 0002 and 0003, 0033, 0034, 0038 and 0039 are identified as firm requirements and are anticipated to constitute contract award. Completion time for each aircraft is six months after induction. and shall be completed within six (6) months of contract award CLINs 0001, 0004, 0005 through 0032, and 0035 are option CLINS and, if ordered, shall be exercised by the Government no later than 30 September 2004. The completion time for the option CLINS is delivery within six (6) months of the exercise of an applicable option, unless otherwise provided. CLINs 0036 and 0037 shall be delivered per the applicable Contract Data Requirements List and associated CLIN. APPLICABLE CLAUSES: This RFQ may incorporate one or more clauses or provisions by reference, with the same force and effect as if they were provided in full text. The full text of referenced provisions and/or clauses may be accessed electronically at the following cites, among others: http://www.arnet.gov/far/ OR http://farsite.hill.af.mil/. The following provisions and/or clauses are incorporated by reference and apply to this RFQ: FAR 52.212-1, “Instructions to Offerors – Commercial Items (OCT 2000)” is incorporated by reference. FAR 52.212-2, “Evaluation – Commercial Items (JAN 1999)” is incorporated in full text as follows: 52.212-2 - Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: LISTED IN ORDER OF DESCENDING IMPORTANCE 1. Federal Aviation Administration (or Air Transport Canada) certification and compliance 2. Facilities to store the aircraft per the Statement of Work. 3. Past Performance, to include evidence of past performance/ experience refurbishing/overhauling DeHavilland of Canada aircraft; restoration of substantially aging Aircraft to full airworthiness; and capability of retrofitting (particularly aging) aircraft with COTS components. 4. Price/Cost, to include the hourly rate to be established for CLIN 0008. [Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.] The FAA certification (or Canadian equivalent); Facilities; and Past Performance factors, when combined, are of greater importance than price/cost. Best value will be based on an integrated assessment of all above factors. NOTE: The Government intends to evaluate proposals and award a contract without discussions with offerors (except, clarifications as provided in FAR 15.306(a)). Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a price/cost and technical standpoint. [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.] b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.212-3, “Offeror Representations and Certifications – Commercial Items (JUN 2003)” is incorporated by reference. The full text of this clause is posted on the NAVAIRSYSCOM Home Page for solicitations, as shown above. Offerors shall submit a completed copy of the representations and certifications at FAR 52.2123 with their proposal. FAR 52.212-4, “Contract Terms and Conditions – Commercial Items (FEB 2002),” is incorporated by reference. The following clauses are incorporated by reference as an addendum to FAR 52.2124: DFARS 252.204-7004 – “Required Central Contractor Registration (NOV 2001)” FAR 52.247-34 – “F.O.B. Destination (NOV 1991)” FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JUN 2003)” is incorporated in full text, as follows: 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items [Contracting Officer check as appropriate]: NOTE: To conserve space, paragraph (b) of this clause has been altered to identify only those clauses that apply to this requirement: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items [Contracting Officer check as appropriate.] NOTE: To conserve space, paragraph (b) of this clause has been altered to identify only those clauses that apply to this requirement: (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) FAR 52.217-9, “Option to Extend the Term of the Contract,” is incorporated in full text, as follows: 52.217-9 - Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within two weeks [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two years (months)(years). (End of clause) DFARS 252.212-7000, “Offeror Representations and Certifications – Commercial Items (NOV 1995),” is incorporated by reference. The full text of this clause is posted on the NAVAIRSYSCOM Home Page for solicitations, as shown above. Offerors shall submit a completed copy of the representations and certifications at DFARS 252.2127000 with their proposal. DFARS 252.212-7001, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2001),” is incorporated by reference. QUESTIONS: Questions regarding this commercial RFQ may be emailed to Ms. Mary Roland, Contract Specialist, at RolandMC@navair.navy.mil no later than 8 September 2003. NO QUESTONS SUBMITTED BY TELEPHONE OR FACSIMILE WILL BE ACCEPTED OR RESPONDED TO. All responses will be posted to the NAVAIRSYSCOM Home Page for open solicitation under N00421-03-R-0134. CENTRAL CONTRACTOR REGISTRATION (CCR): To be eligible for contract award or payment by any DOD activity, offerors must be registered in the CCR database. Information on registering and annual certification requirements may be obtained by accessing the CCR database at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. RESPONSE DEADLINE: Proposals are due no later than 3:00 p.m. (EDT) on 10 September 2003 to NAVAIR/AD Contracts (AIR-2.5.1), Building 588, Suite 2, Code 251711 (Mary Roland), Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 588, Patuxent River, Maryland 20670-1463. Quotes shall reference solicitation N00421-03-R-0134.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-03-R-0134/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY
Country: UNKNOWN
 
Record
SN00424816-F 20030905/030903214152 (fbodaily.com)
 
Source
FedBizOpps.gov 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.