Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2005 FBO #1188
SOLICITATION NOTICE

J -- Repair or overhaul for aircraft floats and fuel cells

Notice Date
2/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-05-R-0002
 
Response Due
3/11/2005
 
Archive Date
5/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation #W912NS-05-R-0002 is a Request for Proposal (RFP) based on provisions and clauses in effect through Federal Acquisition Circular 2001-27. This requirement is solicited as a 100% set aside for small businesses using NAICS Code 811310. Resulting contract will be a firm fixed price, Requirements Type Contract, for evaluation to repair or overhaul floats and fuel cells. The period of performance will be a base period of one yea r from date of award with two one-year option periods. Work will be assigned by delivery order. Estimated quantity of floats and fuel cells for evaluation is 35 per year. Scope of work follows: Contractor will be required to pick up float and/or fuel cell at 2501 Lester Jones Avenue, Springfield, MO 65803. Contractor will evaluate item at Contract ors facility, and submit a firm fixed price for repair. Government will provide a shipping container for float or fuel cell. The Contractor shall furnish a written evaluation of item with the serial number of float or fuel cell for identification. The evaluation will list required labor hours, (number of hours and rate per hour), parts required for repair, per cent of markup for manufacturers parts, shipping charges, and all expense involved in repair for a firm fixed price. Prevailing wage rates are applicable. Wage rates may be viewed at http://www.wdol.gov or by contacting this office. Contractor will use only new parts for repair. If Government concurs with cost for repair, modification will be issued. Cost for repair will include any credit fo r condemned/scrap parts. If Government does not agree upon cost for repair, item will be returned to Springfield, MO, location in the same condition as when it was picked up. No repair on item will be made until written Notice to Proceed is given. Sai d evaluation will be accomplished within seven working days or less from date of order. If Government desires float or fuel cell to be repaired, repair will be accomplished within fifteen working days. Inspection, acceptance, and shipping are FOB destina tion, Springfield, MO, location. Repairs must be accomplished by a FAA Repair Station, and facility will meet FAA approved inspection procedures. Government is asking that the Contractors repair facility is within a 500-mile radius of Springfield, MO. Fuel cells and floats shall be rep aired to meet serviceable limits as specified in Army TM 1-1500-204-23-3 Volume 3, 31 July 1992, Maintenance practices for fuel and oil systems. Fuel cells and floats shall be repaired to standards outlined in U.S.A.F.T.O. 1-1-3 to include change 3, 1 Feb ruary 2004, Inspection and repair of aircraft integral tanks and fuel cells. Fixed floats will require a minimum of six-months warranty. Emergency floats and fuel cells will require a two-year warranty. Evaluation criteria will consist of qualifications, past performance, turn-around time for repair, and cost. Qualifications, past performance and delivery time will be rated equally. Proposal shall consist of an amount for evaluation, rate per hour for w ork, cost for pick up and return of float and/or fuel cell. Proposals shall include Contractors expertise in repairs of this nature. (Submit a list of three Government references of similar work performed during the past three year. Government also req uests two references of current on-going contracts. Reference list will contain a description of work, point of contact and telephone number.) Criteria for Cost  Unrealistically low proposed costs or prices may be grounds for eliminating a proposal from competition either on the basis that the offeror does not under stand the requirement or the offeror has submitted an unrealistic proposal. Contractor shall submit statement regarding ability to obtain parts from the manufacturer in designated time limit. Award will be made based upon BEST VALUE to the Government. T he Government will make one award for both the float and fuel cell repair to the lowest responsive and responsible offeror. Delivery orders will be issued against the contract. Failure to address all factors in evaluation criteria may determine the Contr actor to be non-responsive. Government intends to evaluate proposals and award a contract without discussion. However, the Government reserves the right to conduct discussions, if determined necessary. Should discussions be deemed necessary, they will be conducted either orally or in writing only with Contractors who are determined to be in the competitive range. Contractor will be given an opportunity to correct deficiency and resubmit offer. Applicable clauses and provisions follow: They may be viewed at the following web site: http://farsite/hill.af.mil. 52.212-1 Instructions to OfferorsCommercial Items; 52.252-1, Solicitation Provisions Inc. by Reference; 52.252-2, Clauses incorporated by reference; 52.212-3, Offeror Representations and CertificationsCommercial Items. (A completed copy of 52.212-3, Reps and Certifs. must accompany proposal.) 52.212-4, Contract Terms and ConditionsCommercial Items; 52.204-7, Central Contractor Registra tion; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 52.217-9, Option to Extend the Term of the Contract; 52.217-5, Evaluation of Options, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3 5, Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities52.232-33, Payment by Electronic funds TransferCCR; 52.232-36, Payment by Third Party; 52. 222-41, Service Contract Act of 1965; 52.222-42, Statement of Equiv. Rates for Federal Hires; 52.222-42, State mint of Equiv. Rates for Federal Hires. The following DFAR clauses are applicable: 225-212-7001, Contract Terms and Conditions Required to Imp lement Statutes or Executive Orders which contain the following clauses: 52.203-3 Gratuities; 252.225-7001, Buy American Act and Balance of Payment Program; 252.204-7004, Required Central Contractor Registration; and 252.212-7000, Offer Reps & Certifs.-Co mmercial Items. Proposals shall contain a completed copy of Reps and Certs. (52.212-3) and DUNS number and CAGE code for your firm. Written proposals shall be submitted to: USPFO for MO, Attn: JFMO-PFC (Patsy Huth), 7101 Military Circle Jefferson City , MO 65101. Fax number is (573)638-9619. Proposals are due on Friday, March 11, 2005, at 10:00 a.m. (local time). Questions may be directed to: patsy.huth@mo.ngb.army.mil.
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN00757812-W 20050226/050224212305 (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.