SOURCES SOUGHT
J -- SERVICE PLAN - HONEYWELL EQUIPMENT
- Notice Date
- 3/4/2005
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- Reference-Number-NAAN6000-5-04020
- Response Due
- 3/18/2005
- Archive Date
- 4/2/2005
- Description
- This Sources Sought Notice is for the National Oceanic and Atmospheric Administration (NOAA), a bureau operating within the U.S. Department of Commerce, which has a requirement for a service protection plan on the Honeywell navigational and communications equipment on NOAA?s Gulfstream G-IVSP, N49RF, S/N 1246, aircraft. The factory warranties for the Gulfstream G-IV, which included the Honeywell systems mentioned above, expired on January 12, 1999. NOAA is seeking a qualified Honeywell authorized maintenance/service provider capable of offering a service protection plan similar to the original manufacturer's warranty. The equipment that must be covered under this service protection plan is as follows: Cockpit Display System, Flight Controls, Flight Management, Global Positioning, Inertial Products, Satcom and Weather Radar & Radio Altimeter. The minimum acceptable coverage under the service protection plan for the listed equipment is: Repair or replace Honeywell equipment which is identified in the service plan (replacement equipment to be Honeywell), pay normal air freight shipping charges both ways to transport equipment for repair or replacement, pay for equipment removal and re-installation in the aircraft and costs of troubleshooting as long as the work is performed by a pre-approved service agency. Honeywell, Intl. is the only company known to NOAA as authorized to offer such a service protection plan. As the aircraft ages and equipment begins to fail, the service protection plan will ensure minimal aircraft downtime and provide a fixed annual cost for all Honeywell equipment repairs. NOAA presently anticipates negotiating and awarding Honeywell Intl., as the only known source for this service protection plan, a fixed-price contract (under the authority of FAR 6.302) for an initial 12-month period with two, 1-year renewal options. Period of performance would begin when all requests for information have been received, reviewed and a determination made that no other qualified source is available other than Honeywell, Intl. for this type of service protection plan and an award is made. PURPOSE OF THIS ANNOUNCEMENT: In order to determine that Honeywell, Intl. is the only known source for this service protection plan, NOAA is conducting market research to identify any other qualified firms capable of providing this plan. SUBMITTING A RESPONSE: Interested firms capable of providing this service protection plan are invited to provide a written response to this request no later than 12:00 Noon CST, Friday, March 18, 2005. The response shall be submitted electronically in Microsoft Office or Adobe Acrobat format to jane.a.allen@noaa.gov and in paper form to Jane Allen, Contract Specialist, Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition Management Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106. The response shall be no more than 3 pages plus one attachment and shall include the following: 1. Business Address; Type of Business; Business Size Standard; Central Contractor Registration Status; Management Structure and Organization Chart; Statement of any Small Business, Small Disadvantaged, Women Owned, Service Disabled Veteran Owned, HubZone or 8(a) Certification and the duration of any such Certification; a company point of contact (name, position with the firm, phone, fax, and email), a copy of the company?s insurance certificate; detailed description of the warranties on labor and parts; and a description of how the company fulfills its warranty related responsibilities. All responses must address the items listed under the Evaluation Criteria below. 2 A copy of your firm?s authorization from Honeywell Intl. to provide a service protection plan as required under this Notice must be included with the response along with a full description of the terms of the warranty being offered. EVALUATION OF RESPONSES: Responses to this announcement will be evaluated to determine the existence and viability of other commercial sources for the required services. Submissions will be evaluated based on the following criteria presented in descending order of importance: 1. Verification from Garrett Aerospace that the responding firm is an authorized maintenance provider for equipment covered under this solicitation. 2. Length of time firm has been an authorized maintenance provider for Garrett Aerospace equipment. 3. Content of warranties offered on labor and parts. 4. Demonstrate the firm?s ability to fulfill the responsibilities under the warranty described in the firm?s response. 5. Business history ? how long the firm has been in business providing the type of services contained in this solicitation and reference contact information from at least three (3) such customers. 6. Price 7. Insurance coverage. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Government will not be liable for any costs incurred in preparing a response to this request. Questions and comments may be directed to the Contracting Officer by email only at jane.a.allen@noaa.gov. There will be no acknowledgement by the Government to responses to this Sources Sought Notice. Point of Contact Jane Allen Contract Specialist, Phone (816) 426-7456 ext 225, Fax (816) 426-5067, Email: jane.a.allen@noaa.gov Place of Performance
- Place of Performance
- Address: Work will take place at the contractor?s facility and at NOAA/Aircraft Operations Center, MacDill Air Force Base, Tampa, FL.,
- Record
- SN00762824-W 20050306/050304211937 (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 |