Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2006 FBO #1634
SOLICITATION NOTICE

15 -- STANDARD DEPOT LEVEL MAINTENANCE/ MODIFICATIONS FOR AN ORION WP-3C AIRCRAFT FOR NOAA/AOC, MACDILL AFB, FL

Notice Date
2/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
WC133M06RP0086RFA
 
Response Due
3/23/2006
 
Point of Contact
Ronald Anielak, Lead Contract Specialist, Phone 816-426-2115, Fax 816-274-6951, - Donita McCullough, Supervisory Contract Specialist, Phone (816)426-7400 , Fax (816) 426-5067,
 
E-Mail Address
ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov
 
Description
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division (CRAD) intends to solicit for full Standard Depot Level Maintenance (SDLM) on an Orion WP-3C (UII.5) (aka P-3) aircraft for the Aircraft Operations Center (AOC), MacDill AFB, FL. The P-3 is located at the Aerospace Maintenance And Regeneration Center (AMARC), Davis-Monthan AFB, Arizona. The aircraft will be made airworthy by AMARC personnel and approved for a one-time flight to a contractor depot/repair/maintenance facility. The contractor shall provide all necessary special tools, labor, and parts (encompassing everything up to and including a major wing, empennage, and/or fuselage structural component). The basic service is to include, but is not limited to: (1) A full SDLM inspection with 100% corrosion removal; Structurally Significant Inspection (SSI), Revision B and subsequent structural repairs required by the SSI; Correction of all discrepancies found during the inspections; (2) Removal of all four propellers and compliance with PRB 93 and subsequent propeller bulletins requiring the inspection of the propeller blade taper bores for corrosion; (3) Removal and replacement of all three landing gear (AOC will provide the landing gear); (4) Painting the aircraft with PRC DeSoto PPG Aerospace 8800 Desothane Gloss paint (AOC will supply paint and logos); (5) Weigh aircraft in accordance with NAVAIR 01-75PAA-XX upon completion of painting. The following are option items for the P-3. (Option) Removal and replacement of left and right wing rear spars; (Option) Removal of the Anti-submarine Warfare (ASW) interior configuration, which includes removal of all wiring associated with the sensor stations; (Option) Removal of the present cabin floor and new TAP 3 reinforcement and floor configuration shall be installed; (Option) Removal of bomb bay doors and associated hydraulic system; (Option) Installation of bomb bay scientific pallet system; (Option) Installation of six standard P-3A/B/C over-wing exit hatch windows at various fuselage stations; (Option) Installation of a standard P-3 observer bubble window; (Option) Removal and replacement of all “Kapton” wiring harnesses in swamp areas; Prior to contract award and at its own expense, the contractor will be required to provide written documentation of liability insurance of not less than $10,000,000.00 to cover the P-3 and airframe on which the work will be performed. The period of performance will be based on 150 calendar days for the SDLM inspection and SSI package completion. After contract award and inspections, the Contracting Officer, AOC, and contractor will agree to the number of additional calendar days needed to complete each of the required aircraft tasks. However, the entire performance period shall not exceed 12 calendar months. The maintenance facility must be an authorized Lockheed-Martin Orion Service Center and have performed these type services on a P-3 within the last calendar year. The Government intends to award a contract to the responsible offeror whose offer represents the best value to the Government IAW Federal Acquisition Regulation Part 15. This acquisition is unrestricted as to business size. The applicable NAICS code is 488190. Solicitation issue date is expected by end of April 2006 with contract award expected by end of August 2006. CRAD requires all contractors doing business with this office to be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with CCR and be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun and 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. In addition, completion of the Online Representation and Certifications Application (ORCA) is required. It can be accessed at http://www.orca.bpn.gov. All parties interested in receiving a copy of the solicitation must submit a written request to the attention of Ronald Anielak, at the address stated herein, or e-mail to ronald.f.anielak@noaa.gov, within 30 days from publication of this notice. Facsimile requests will be accepted at (816) 274-6993. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-FEB-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-MAY-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/CASC/WC133M06RP0086RFA/listing.html)
 
Place of Performance
Address: TBD - AT AN AUTHORIZED LOCKHEED-MARTIN ORION SERVICE CTR.
 
Record
SN01049514-F 20060518/060516222403 (fbodaily.com)
 
Source
FedBizOpps 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.