Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2005 FBO #1369
SOLICITATION NOTICE

16 -- ELECTRONIC STANDBY INSTRUMENT SYSTEM & ACCESSORIES

Notice Date
8/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NAAN6000503027
 
Response Due
9/2/2005
 
Archive Date
10/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC) and is for the acquisition of three (3) GH-3100 Electronic Standby Instrument Systems (ESIS) (P/N 501-1860-0201), three (3) MAG-3100 Magnetometer for the ESIS (P/N 501-826-01), and two (2) Installation Kits for the Magnetometer (P/N 504-1895-05), and two (2) emergency batteries (PS-850 (B)) for the above. This combined synopsis notice constitutes the only Request For Proposal (RFP), written offers are being requested; and a written RFP will not be issued. This notice is hereby issued as RFP No. NAAN6000503027. This RFP and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The item(s) are to be delivered to the Aircraft Operations Center, 7917 Hangar Loop Drive, MacDill, AFB, Florida. The line item(s) shall be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.203-3 Gratuities (Apr. 84), 52.204-4 Printed or Copied Double Sided on Recycled Paper (Aug. 2000), 52.211-6 Brand Name or Equal (Aug 1999), 52.211-8 Time of Delivery (Jun. 1997) (The Government?s desired delivery date is October 1, 2005, Offeror is to provide a Proposed Delivery Date in their response), 52.211-16 Variation in Quantity (Apr. 1984) (The Government is willing to consider a variation in quantity only if the initial delivery would include one each of all items contained in this solicitation and the remaining items delivered complete in a second delivery shipped within a reasonable period of time following the initial delivery.), 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (July 2005) (Sections 1, 5, 7, 9, 14, 15, 16, 17, 18, 19, 20, 21, 23, 26, and 31), 52.232-17 Interest (Jun. 1996), 52.214-21 Descriptive Literature (Apr. 2002) (To be included only if a product other than the Brand Name is proposed), and 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). The FAR provisions incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2004), 52.212-2 Evaluation ? Commercial Items (Jan. 1999) (The following factors listed in their order of importance shall be used to evaluate offers: Technical capability. Provide sufficient information, documentation and descriptive literature to demonstrate ability to meet or exceed the Government?s requirement. Delivery Schedule. Ability to meet or exceed the Government?s delivery schedule. Past Performance. Provide list of contacts including phone numbers, as references to be used to evaluate the firm?s past performance in successfully providing the equipment or similar equipment to that described herein. Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest prices offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.) 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar 2005), 52.216-1 Type of Contract (Apr 1984) (The Government contemplates awarding a fixed price contract for supplies) , 52.233-2 Service of Protest (Aug 1996) ( (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Donita S. McCollough, DOC, NOAA, Central Region Acquisition Division, 601 E. 12th St., Rm. 1756, Kansas City, Missouri 64106. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.) FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) clauses are incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Feb. 2005) (To be provided at time of award), 1352.208-70 Printing (Mar. 2000), 1352.209-71 Organizational Conflict of Interest (Mar. 2000), 1352.209-73 Compliance with the Laws (Mar. 2000), 1352.216-70 Contract Type (Mar. 2000) (The Government contemplates awarding a firm fixed price contract for supplies), 1352.233-70 Harmless From Liability (Mar. 2000), 1352.246-70 Inspection and Acceptance (Mar. 2000) (Equipment to be inspected and accepted at the time of delivery), and 1352.252-70 Regulatory Notice (Mar 2000). The following CAR provisions are also incorporated into this acquisition by reference: 1352.215-75 Basis For Evaluation (Mar. 2000) (This is a best value, competitive requirement. Award will be made to the offeror whose offer meets or exceeds the solicitation requirements; which is determined responsible in accordance with the Federal Acquisition Regulations (FAR) by possessing the financial and other capabilities to fulfill the requirement of the contract; and whose proposal is judged, by an integrated assessment of price and other evaluation factors listed herein, to be the most advantageous to the Government. The Government will use the best value trade-off process in determining which offer is in the best interest of the Government in accordance with the FAR. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract depending on the quality of the proposal(s) submitted and the availability of funds. The Government reserves the right to award without discussion based solely upon the initial proposals.), 1352.215-73 Inquiries (Mar. 2000), 1352.233-71 Service of Protests (Mar. 2000) (An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority.) Agency protests filed with the Contracting Officer shall be sent to the following address: Donita S. McCollough, Contracting Officer, DOC, NOAA, Central Region Acquisition Division, 601 E. 12th St., Rm. 1756, Kansas City, Missouri 64106 If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce, Office of the General Counsel, Contract Law Division--Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, N.W., Washington, D.C. 20230, Attn: Mark Langstein, Esq., FAX: 202-482-5858) . Full text of these CAR provisions is available upon written request by sending an email to jane.a.allen@noaa.gov. The requested ESIS system is a critical safety of flight system for use on the NOAA P-3 Orion and Gulfstream G-IVSP aircraft. NOAA is not aware of any system other than the GH-3100 Electronic Standby Instrument System that is approved by Gulfstream for installation as either a standard or optional upgrade for the G-IVSP aircraft. Therefore, brand name or equal is required for the following reasons: 1) The system must be approved by the FAA for use in the referenced aircraft. 2) This system is approved by the FAA with an existing supplemental type certificate (STC); 3) This system has also been installed and tested in other P-3 aircraft; 4) NOAA has access to engineering already performed thereby significantly reducing engineering costs and providing a high level of safety as this is a proven aircraft installation.; 5) If another type system were to be considered for this acquisition, an application would have to be made to the FAA for an STC, which could take up to 2 years; and 6) This system must have the capabilities, the G-IV certifications and the P-3 history as the GH-3100 ESIS System. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Jane Allen, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 5:00 pm CDT, September 2, 2005. Offers may be faxed to 816-426-5067 Attn: Jane Allen. Offers must include the following: 1)Technical Capability Response; 2) Past Performance Information; 3) Delivery Schedule; 4)Price Proposal; 5) A completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar. 2005); 6) Descriptive literature ONLY if products other than the brand specified herein are being proposed. PRODUCT DESCRIPTION/PRICE SCHEDULE THIS IS A FIRM FIXED PRICE SOLICITATION. PROVIDE UNIT PRICE, TOTAL PRICE, DELIVERY DATE FOR EACH OF THE FOLLOWING CONTRACT LINE ITEMS (CLIN): CLIN 0001 QTY. 3 GH-3100 Electronic Standby Instrument System (ESIS) ? Part No. 501-1860-0201 $_______ $_______; CLIN 0002 QTY. 3 MAG-3100 Magnetometer for above ESIS ? Part No. 501-826-01 $_______ $______; CLIN 0003 QTY 2 Installation Kit for Magnetometer ? Part number 504-1895-05 $______ $______; CLIN 0004 QTY 2 Emergency Battery for Above Part Number PS-850(B) $______ $______; GRAND TOTAL ALL ITEMS $_________ The above prices includes: ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ DELIVERY SCHEDULE: Required Delivery: OCTOBER 1, 2005 Proposed Delivery: ________________________ Delivery shall be FOB Destination. FAILURE TO FURNISH DESCRIPTIVE LITERATURE WHEN PROPOSING OTHER THAN BRAND NAME PRODUCTS WILL RENDER THE OFFER NON-RESPONSIVE. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet by phone at (800) 333-0505 or on-line at https://www.dnb.com/product/eupdate/requestOptions.html.
 
Place of Performance
Address: NOAA/AIRCRAFT OPERATIONS CENTER, 7917 HANGAR LOOP DRIVE, HANGAR 5, MAC DILL AFB, FLORIDA
Zip Code: 33621-5401
Country: USA
 
Record
SN00878088-W 20050826/050824212133 (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.