Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOLICITATION NOTICE

X -- HANGAR AND HANGAR SERVICES FOR NOAA TWIN OTTER IN KOTZEBUE, AK

Notice Date
6/26/2009
 
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
NMAN6000-9-15246
 
Archive Date
7/29/2009
 
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
(ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is the public notice for acquisitions over $10,000.00. 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. AOC intends to issue fixed price purchase order for lease of hangar space and services in the Kotzebue, Alaska area for a DHC-6 Twin Otter aircraft from September 18, 2009 thru October 31, 2009. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. 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 Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & 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.NMAN6000-9-15246. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-33. CLAUSES AND PROVISIONS The FAR (52) and CAR (1352) clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUNE 2008) 52.212-3 Offeror Representations and Certifications Commercial Items (JUNE 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 2009) Section (b) (18), (19), (20), (21), (22), (24), (31), (34), (39) 52.217-8 Option to Extend Services (NOV 1999) 52.232-18 Availability of Funds (APR 1984) 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) BACKGROUND. The National Oceanic and Atmospheric Administration (NOAA) owns/operates four DHC-6 Twin Otter aircraft in various locations throughout the United States, Mexico, and Canada. It has been determined that one of these DHC-6 Twin Otter aircraft will be based out of the Kotzebue area of Alaska to be operated in support of critical marine mammal surveys, law enforcement and marine sanctuary related research. Due to extreme weather conditions in the Arctic regions and other areas of Alaska, it has been mandated by the NOAA aircraft operations risk management process to require the Twin Otter aircraft be kept in a hangar during the period September 18 through October 31, 2009. The hangar will protect the aircraft from the environment as well as protect the flight crew and maintenance personnel while performing routine maintenance and pre and post-flight activities in the harsh environment. SCOPE: NOAA Twin Otter aircraft will be operating out of Kotzebue, Alaska in support of marine mammal surveys in the ChuKchi Sea. There will be a NOAA Twin Otter mechanic in Kotzebue supporting the aircraft at all times except for short periods when the mechanic's services are requested to support aircraft in other locations. Only one Twin Otter is required in the hangar at one time. However, if maintenance or equipment installation is required, there may be a request to shift one aircraft out on the ramp to allow another one access. The contractor shall provide heated hangar space for a DHC-6 Twin Otter having a wing span of 65 feet and 19 feet high at the tail. Heated hangar means that the hangar is maintained at a temperature above 40 degrees Fahrenheit. Flight crews shall have access to the aircraft 24 hours a day, 7 days a week. The contractor can determine if access will be available using on-site personnel that are available at any time, or if not available, issue keys to the flight crews for the hangar where the aircraft is stored. Security clause 1352.239-73 does not apply to the SOW and a Security Accreditation Package is not required. The following services are requested as part of the hangar rental price. If there are extra charges or fees for any of these services in addition to the fixed base hangar rental price, provide separate pricing information for each item: 1)Ground support equipment use including: a)DC external power unit, b)Ground service equipment on an as needed basis, c)Tow vehicle for aircraft movement in and out of hangar. 2)Hangar amenities including: tools, equipment, consumables, phones, heat and DC power, 3)24-hour access for maintenance and flight crew, 4)Access to office space to include internet, phone/fax/copier, 5)Small storage space in hangar for extra gear and equipment 5 ft x 5 ft, 6)Acceptance of Multiservice Air Card for payment of incidentals. b) PERFORMANCE PERIOD. The hangar lease is required from September 18, 2009 thru October 31, 2009. However, the Government reserves the right to depart early from the survey site and from use of the hangar without incurring any additional fees or penalties associated with departing earlier than October 31, 2009. At the conclusion of the lease, Government owned parts, equipment, and property shall be returned to the Government. c) INSURANCE. The contractor shall at its own expense, provide and maintain liability and hull insurance of not less than $2,000,000.00 to cover the aircraft in the event of fire or any catastrophic damage to the hangar resulting in loss or damage to the aircraft. Contractor shall provide the Contracting Officer written documentation that the required insurance has been obtained along with a copy of the insurance certificate. d) CONTACT: AOC, LT Doug MacIntyre, Tel. No. 813-828-3310 x3126 e) SUBMITTAL OF INVOICES. Contractor shall submit invoices to AOC using the address shown in block 15 of the Standard Form 1449 Solicitation/Contract/Order for Commercial Items. PRICE/QUOTE: This is an order for commercial services. The line item(s) will be quoted and completed in accordance with the terms and conditions and specifications specified herein. Lease shall be in accordance with standard commercial practice. Prices quoted for contract line item numbers (CLINs) 0001 and 0002 shall be fixed-price inclusive of all costs. LINE ITEM 0001: Provide hangar space and services for a DHC-6 Twin Otter per statement of work for period September 18, 2009 thru October 31, 2009. Total Price for Period $_________________ LINE ITEM 0002: Additional Charges, if any, for period September 18, 2009 thru October 31, 2009. Government will determine a fixed amount for the period for this line item to include all of the following items listed below. Contractor will draw down from the amount as costs are incurred. If there are other costs that are not listed, contractor shall include on blank line provided. If there is no charge for an item listed, contractor shall so indicate. Charge for Hangar Door Opening: $_________ per opening Maximum daily charge for door opening:$_____________________ Charge for office space rental (including water and heat): $_______per day Charge for power cart start: $______________per start Charge for tow vehicle: $_________________ per use Charge for forklift: $____________________ per use Charge for internet service, phone/fax/copier: $___________________ Additional charges not listed:$_______________ Signed and dated quotes must be submitted. Quotes must be received on or before close of business July 14, 2009. 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 reps and certs may be made at http://orca.bpn.gov and stated in the quote that ORCA has been completed), 2. Proof of Insurance in the amount required, 3. Past Performance References (no more than 3), 4. Pricing Information, and 5. Description of hangar space that at a minimum addresses each service provided. 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 ability to exhibit an understanding of the requirements. The Government will award the purchase order to the contractor that is the best value for the service. All responsible offerors may submit a response to this notice that will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-9-15246/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN01858586-W 20090628/090627001101-767895226d623291020cbea1fd690491 (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.