Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2005 FBO #1453
SOLICITATION NOTICE

16 -- PAINT A 1980 TWIN OTTER DHC-6-300 FIXED WING AIRCRAFT

Notice Date
11/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
Reference-Number-NAAN6000604007CMM
 
Response Due
12/16/2005
 
Archive Date
12/31/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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 MacDill, AFB FL to paint a 1980 Twin Otter DHC-6-300, fixed-wing aircraft. This constitutes the only Request for Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. This RFQ is hereby issued as RFQ No. NAAN6000604007CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06. The line item(s) will 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: 52.211-8 Time of Delivery Alt I.(APR 1984), 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan. 2005), 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Sep. 2005) (Sections 5, 14, 16, 17, 18, 19, 20, 23, 26, and 31), 52.228-5 Insurance ? Work on a Government Installation (Jan. 1997), 52.242-15 Stop Work Order (Aug. 1989), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) { The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information, documentation and descriptive literature that demonstrates the ability to meet or exceed the Government?s minimum requirement for the specified equipment. Warranty. Delivery schedule. Ability to meet or exceed the Government?s required delivery schedule. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment that is the same or equal to that described herein. Price.}, 1352.228-70 Insurance Coverage (Mar. 2000), 1352.228-72 Deductible Under Required Insurance Coverage (Mar. 2000), 1352.246-70 Inspection and Acceptance (Mar. 2000) {Inspection and acceptance will be performed at NOAA Aircraft Operations Center, 7917 Hangar Loop Drive, Hanger 5, MacDill, AFB FL 33621}, 1352.252-70 Regulatory Notice (Mar. 2000). Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 3:00 pm CDT, Friday, December 16, 2005. Offers may be faxed to 816-274-6993, Attn: Carey Marlow. In addition to price, offers must include the following: 1)a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2)certification of registration in the Central Contractor Registration database; 3)a proposed delivery schedule; 4) a written technical proposal including insurance information; 5)references for conducting past performance reviews. This is a firm fixed price solicitation. PRODUCT DESCRIPTION: (a) The required work shall be performed on the NOAA, AOC, 1980 Twin Otter DHC-6-300, fixed wing aircraft, FAA Registration No. N48RF, Serial No. 740. In the spring of 2006, the aircraft will be flown to the contractor?s facility by NOAA personnel prior to commencement of the required work, which will be done in accordance with the CURRENT Manufacturer and FAA publications. The offeror will be responsible for all documentation and log book entries. Acceptable aircraft down time (out of service) is three (3) to four (4) weeks. (b) Removal of old exterior paint from aircraft (stripping to bare metal). All windows, de-ice boots, polished areas, landing gears, control wells, antennas, joint seams, intakes/exhaust, static ports, fiberglass, and composite surfaces will be covered to protect from stripper, or removed from aircraft for hand sanding and paint preparation. New wing and tail de-ice boots may be installed at this time. (Pending budget approval). The fiberglass camera pod(s) will be removed before any stripper is applied. (c) After the aircraft has been stripped, the exterior will be inspected for corrosion, dents, cracks, missing rivets, etc. ALL corrosion will be removed. A list of discrepancies from the inspections will be forwarded to the AOC Maintenance Officer for approval/disapproval before any repairs or corrective action is taken by the Contractor. (d) All bare metal will be acid etched and a chromate type wash primer applied. (Refer to the paint manufacturer?s information and application manual for proper chemical and compound mixing). All flush rivets will be sealed. All dents, and cracks will be repaired, and all joint seams will be resealed. (e) An epoxy urethane corrosion resistant sealer/primer will be applied to all surfaces. (Refer to the paint manufacturer?s information and application manual for proper chemical and compound mixing). All dents and blemishes will be filled. (f) A three color stripe design will be applied as per the NOAA/AOC Maintenance Officer and/or photos that will be provided. Pratt & Lamberts, Jet Glo, Matterhorne White 570-535, Bahama Blue 572-680, Royal Blue 572-660, will be utilized. Paint and/or install all required external placards and markings to include the NOAA logo on the tail. (Template will be provided). Baggage and cabin door jambs will be painted. All windows will be resealed with PRC. All control surfaces will be balanced as per the manufacturer?s specifications and reinstalled on airframe. The Contractor will provide a touch up kit at time of aircraft acceptance. (g) A Statement of Warranty must be furnished for paintwork preformed. Warranty must state time in months that paint is warranted not to flake, peel, dull or corrosion reappear due to improper surface preparation. Warranty shall list specific remedies in the event that warranty work becomes defective. (h) Contractor guarantees all workmanship, parts and materials utilized in the overhaul, repair and other maintenance of government aircraft under this contract. (i) The Contractor further agrees to replace free of charge any part that may fail in any manner by reason of defective materials or workmanship within 90 days after the acceptance of the aircraft by the government or within the manufactures guarantee period, whichever is greater. (j) The Government may charge the Contractor any additional Government costs of inspection, test or acceptance, when the aircraft is not ready for inspection, test or acceptance, or when prior rejection makes reinspection or retest necessary. (k) These costs can include, but are not limited to, extra meal and lodging expense, overtime pay, rental car or taxi costs, and additional transportation costs of the Government Inspector. The Contractor will provide all special tools, parts, facilities, (proof of hull and liability insurance) equipment, and certified technical staffing needed to accomplish the above tasks. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: TOTAL CLIN #1 ? Paint, 1980 Twin Otter DHC-6-300, fixed wing aircraft. 1 Job $__________________ FOB Origin The above price includes the equipment, labor, and standard commercial warranty. DELIVERY SCHEDULE: Required Delivery: March 15, 2006 (Assuming that the Government will make award by December 23, 2005.) Proposed Start Date Proposed Completion Date _____________________ ________________________ 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 on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Place of Performance
Address: NOAA AIRCRAFT OPERATIONS CENTER, 7917 HANGAR LOOP DRIVE, HANGAR 5, MACDILL AFB, FL 33621
Zip Code: 33621
Country: USA
 
Record
SN00932722-W 20051118/051116211756 (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.