Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2008 FBO #2377
SOLICITATION NOTICE

J -- Gulfstream G-IVSP Aircraft General Maintenance

Notice Date
5/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
NAAN7944-8-37882
 
Response Due
6/6/2008
 
Archive Date
6/21/2008
 
Point of Contact
Ronald F Anielak,, Phone: 816-426-2115, Donita S. McCullough,, Phone: (816)426-7400
 
E-Mail Address
ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov
 
Small Business Set-Aside
N/A
 
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), MacDill AFB, FL. The requirements are general maintenance support for a NOAA/AOC Gulfstream G-IVSP turbojet aircraft based at AOC, MacDill AFB, FL. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. This solicitation is unrestricted as to business size. 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 firms 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. Contractors should submit their Certification and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are encouraged to go on-line at www.bpn.gov to complete its representations and certifications. This notice is hereby issued as RFQ No.NAAN7944-8-37882. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-25. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007) 52.212-1 Instructions to Offerors - Commercial Items (APR 2008) refer to paragraph (c) change 30 calendar days to 60 calendar days 52.212-3 Offeror Representations and Certifications Commercial items (MAY 2008) 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2008) Section (b) (15), (16), (18), (19), (21), (24i), (31), (36); Section (c) (1), (2), and (3) Aircraft Mechanic $33.50/hr 52.216-31 Time and Material/Labor-Hour Proposal Requirements-Commercial Item Acquisition (FEB 2007) 52.217-8 Option To Extend Services (NOV 1999) 30 days prior to contract expiration 52.217-9 Option To Extend the Term of the Contract (MAR 2000) 30 days prior to expiration, 3 years 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-7 Payments under Time-and-Materials and Labor-Hour Contracts (FEB 2007) 52.243-3 Changes-Time-and-Materials or Labor-Hour (SEP 2000) 52.245-1 Government Property (JUN 2007) 1352.201-70 Contracting Officer's Authority (MAR 2000) 1352.215-70 Period of Performance (MAR 2000) one full year from date of award and two option years 1352.215-73 Inquiries (MAR 2000) 1352.216-73 Ceiling Price (MAR 2000) $30,000/yr 1352.228-70 Insurance Coverage (MAR 2000) $200,000 property damage coverage 1352.228-71 Deductibles Under Required Insurance Coverage (MAR 2000) 1352.231-70 Duplication of Effort (MAR 2000) 1352.233-70 Harmless From Liability (MAR 2000) 1352.237-71Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (High Risk Contracts) (MAR 2000) 1352.252-70 Regulatory Notice (MAR 2000) FAR clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. STATEMENT OF WORK: A. 1 Background: The Aircraft Operations Center (AOC), National Oceanic and Atmospheric Administration (NOAA), U.S. Department of Commerce is located at MacDill Air Force Base (AFB), Tampa, Florida. The AOC operates a Gulfstream G-IV(SP) which performs worldwide environmental research projects for NOAA, other Government agencies and non-governmental organizations. These missions include frequent flights into hurricanes and severe storms. The resultant purchase order will be a nonpersonal services order. Contractor employees will not act as Government employees. A.2 Scope: The Contractor shall provide Gulfstream IV(SP) general maintenance support services (labor) to the NOAA Aircraft Operations Center. The Government will provide all readily available consumable materials, equipment (such as ladders, tools, hydraulic lifts etc), special tools, and facilities to perform daily inspections, minor due list inspections, minor preventive maintenance, and minor repairs. The Government is proposing a labor-hour type purchase order. During the period June 15-November 1 and January 15-March 15 of each year, the Contractor shall provide labor to perform daily inspections for aircraft launch and recovery (servicing the aircraft with fuel, oil, hydraulic fluid, grease, oxygen and nitrogen as required by the airframe and power plant manufacturer maintenance manuals) as needed by the Government. The Contractor shall ensure that all necessary forms and logs are correctly completed after maintenance is performed. This work may be required at the Government's facility at MacDill Air Force Base in Tampa, FL or at deployed sites inside the Continental United States and some foreign locations. The Contractor may be required to fly on transit and mission flights. Fieldwork may be performed anywhere in the world. Contractor will make its own travel arrangements. However, from time to time, the COR may notify the Contractor that the Government will make travel arrangements. The Government will provide the Contractor at least 48 hours notice of labor requirement. Maintenance support periods will not exceed 12 hours in duration with at least 12 hours in between work periods, but the periods may begin at any time during a 24 hour day. The Contractor must provide labor that can be deployed outside of the Tampa area (including internationally) for at least 14 consecutive days. The Contractor is required to perform inspections and, when required, makes repairs from work stands and where parts and systems are in hard-to-reach places. This will require climbing, standing, stooping, lifting, stretching, bending and working in tiring and uncomfortable positions. The Contractor will be required to lift parts and equipment that weigh up to fifty pounds, as well as pushing and pulling heavy items. Administrative functions will be performed in an office environment, however aircraft maintenance, especially when deployed, is performed outdoors in all types of weather conditions ranging in temperature from tropical heat to sub-zero arctic cold. Aircraft fluids, such as oil or hydraulic fluid, may irritate the skin or eyes. There is frequent exposure to the possibility of cuts, burns, shocks, strains and broken bones. A.3 Delivery Requirements and Period of Performance: The Government shall notify the Contractor as soon as the need for service, minor inspection or minor repair has been identified but no later than 48 hours prior to requested service date. Periods of performance are expected to be concentrated between June 15 - November 1, 2008 and January 15 - March 15, 2009. The Contractor may be required to travel on board the NOAA G-IV(SP) or by commercial airlines to service locations. The Government will pay travel expenses in accordance with the Federal Travel Regulations. A.4 Quality Assurance: The Government will have representative witnesses to all parts of this contract. The Contractor shall keep the Contracting Officer's Representative (COR) and/or NOAA AOC Point of Contact apprised of all work progress. A.5 Submittal of Invoices: The Contractor shall submit invoices to the Aircraft Operations Center at the address shown in block 15 of the Standard Form 1449 -Solicitation/Contract/Order for Commercial Items. Contractor shall submit time sheets with invoices and vouchers, receipts etc. for travel expenses. All invoices will be reviewed by AOC to determine if the Government is receiving the correct billing amounts for the services which were provided. The Contractor shall be required to facsimile bi-weekly progress reports that will be invoiced to the Government. Invoices and payments shall be on a monthly basis. B) AOC CONTACT: CDR Michelle Finn, Contracting Officer's Representative, Tel. No. 813-828-3310 x3026 PRICE/QUOTE: This is an order for commercial services for a performance period of one full calendar year after date of award and two option years. The line item(s) will be quoted and completed in accordance with the terms and conditions and specifications specified herein. The Department of Labor Service Act Wage Determination for the Tampa Bay, Florida area in which the work is to be completed shall be applicable. Offerors can obtain the wage determination for this area by accessing the following website: www.dol.gov/wagedeterminations. Prices quoted for contract line item numbers (CLINs) 0001, 0002, 0004, 0005, 0007, and 0008 shall be firm-fixed-price labor-hour inclusive of all costs and fees. BASE YEAR: From Date of Award thru one full calendar year thereafter. LINE ITEM 0001: G-IVSP General Maintenance Support. Regular straight time fully loaded labor rate per hour. Not-to-exceed amount will be determined by the Government at time of award. Loaded Labor Rate per hour (regular/straight time) ___________ LINE ITEM 0002: G-IVSP General Maintenance Support. Overtime fully loaded labor rate per hour. Overtime will be charged when a scheduled activity requires work to extend beyond the standard 40-hour work week. Not-to-exceed amount will be determined by the Government at time of award. Loaded Labor rate per hour (overtime) ___________ LINE ITEM 0003: TRAVEL COSTS. Not-to-exceed amount will be determined by the Government at time of award. OPTION YEAR ONE: One full calendar year after completion of base year LINE ITEM 0004: G-IVSP General Maintenance Support. Regular straight time fully loaded labor rate per hour. Not-to-exceed amount will be determined by the Government at time of award. Loaded Labor Rate per hour (regular/straight time) ___________ LINE ITEM 0005: G-IVSP General Maintenance Support. Overtime fully loaded labor rate per hour. Overtime will be charged when a scheduled activity requires work to extend beyond the standard 40-hour work week. Not-to-exceed amount will be determined by the Government at time of award. Loaded Labor rate per hour (overtime) ___________ LINE ITEM 0006: TRAVEL COSTS. Not-to-exceed amount will be determined by the Government at time of award. OPTION YEAR TWO: One full calendar yaer after completion of option year one LINE ITEM 0007: G-IVSP General Maintenance Support. Regular straight time fully loaded labor rate per hour. Not-to-exceed amount will be determined by the Government at time of award. Loaded Labor Rate per hour (regular/straight time) ___________ LINE ITEM 0008: G-IVSP General Maintenance Support. Overtime fully loaded labor rate per hour. Overtime will be charged when a scheduled activity requires work to extend beyond the standard 40-hour work week. Not-to-exceed amount will be determined by the Government at time of award. Loaded Labor rate per hour (overtime) ___________ LINE ITEM 0009: TRAVEL COSTS. Not-to-exceed amount will be determined by the Government at time of award. RFQ SUMISSION: Signed and dated quotes must be submitted. Quotes must be received on or before close of business June 6, 2008. Quotes may be faxed to 816-274-6951 Attn: Ron Anielak or e-mailed to ronald.f.anielak@noaa.gov. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. A completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (annual certification may be made at http://orca.bpn.gov and included with your quote), 2. Technical proposal 3. Past Performance References (no more than 3), and 4. Pricing information EVALUATION: The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12. The evaluation of quotes shall be based on the offeror's responsiveness to the items listed, offeror's price proposal, and the offeror's technical proposal. The technical proposal should contain at a minimum: 1) identification of all personnel that may be utilized to perform the work; 2) For all identified personnel, provide certification they have Federal Aviation Administration (FAA) Airframe and Powerplant (A&P) ratings; 3) For all identified personnel, provide Gulfstream training certificates which show that they are certified to perform maintenance functions on a Gulfstream IVSP aircraft; 4) For all identified personnel, provide recent experience performing minor maintenance on a Gulfstream G-IVSP aircraft; 5) For all identified personnel, provide documentation that they have computer skills sufficient to access, understand, input, and retrieve information from maintenance manuals, publications, and databases. This includes use of the Gulfstream G-IV Computerized Maintenance Program; 6) For identified personnel, provide documentation (passport assurance) that they can legally travel outside of the United States to foreign locations including but not limited to Barbados, Curacao, Bermuda, and Japan; 7) For identified personnel, provide documentation that they possess an FAA Class III medical certificate or equivalent aviation medical clearance. The Government will award a purchase order to the contractor that is determined the best value. All responsible offerors may submit a response to this notice that will be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f5f7dfc5b346111f6c82ad8edd2f9295&tab=core&_cview=1)
 
Record
SN01582189-W 20080530/080528220837-f5f7dfc5b346111f6c82ad8edd2f9295 (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.