Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

16 -- INSPECT AND REPAIR PROPELLER ASSEMBLY FOR WP-3D AIRCRAFT N43RF

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC133M-10-RQ-0382
 
Archive Date
4/29/2010
 
Point of Contact
Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
Sharon.Clisso@noaa.gov
(Sharon.Clisso@noaa.gov)
 
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 notice. This is a solicitation from the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City Office. The requirement is for inspection and repair as necessary for propeller part number 54H60-77, propeller assembly, serial number N235504NR of the WP-3D aircraft N43RF located at NOAA Aircraft Operations Center (AOC) at MacDill AFB, Tampa, FL. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. DOC, Eastern Acquisition Division - Kansas City Office 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 Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at http://ORCA.BPN.GOV. This notice is hereby issued as RFQ WC133M-10-RQ-0382. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) [Paragraph (c) is amended from 30 days to 60 days] 52.212-2 Evaluation-Commercial Items [Paragraph (a) - The criteria in paragraph B.1 of the Statement of Work shall be used to evaluate offers. Technical and past performance, when combined are significantly more important than cost or price.] 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) 52.212-4 Contract Terms and Conditions (MAR 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010), Section (b) (1), (8)(i), (18), (19), (20), (21), (22), (24), (33), and (38). 52.247-34 F.O.B. Destination (NOV 1991) 1352.233-70 Harmless from Liability (MAR 2000) 1352.201-70 Contracting Officer's Authority (MAR 2000) 1352.252-70 Regulatory Notice (MAR 2000) FAR clauses and provisions are available on the internet website: http://www.acquisition.gov/far. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf PRICE/QUOTE: This is an order for commercial services. The line items will be quoted and completed in accordance with the terms and conditions specified herein. Prices quoted for the contract line items shall be firm-fixed price inclusive of all costs. LINE ITEM 0001: PERFORM P-3 PROPELLER ASSEMBLY INSPECTION (HAMILTON SUNDSTRNAD MODEL 54H60-77) IN ACCORDANCE WITH THE STATEMENT OF WORK. Quantity: 1 Unit: JB Unit Price: $_______ Amount: $_______ LINE ITEM 0002: PROVIDE NECESSARY REPAIRS TO AND/OR OVERHAUL PROPELLER TO RETURN THE PROPELLER TO SERVICEABLE CONDITION READY FOR INSTALLATION. Quantity: 1 Unit: JB Unit Price: $_______ Amount: $_______ LINE ITEM 0003: OVER AND ABOVE DISCREPANCIES TO INCLUDE LABOR AND PARTS TO REPAIR ANY DISCREPANCIES NOT PART OF STANDARD REPAIR OR OVERHAUL. Quantity: 1 Unit: LO Amount: Not to exceed amount to be determined by the Government at time of award. LOADED LABOR RATE PER HOUR (REGULAR RATE) $____________ LOADED LABOR RATE PER HOUR (OVERTIME RATE) $ ____________ NEW PARTS DISCOUNT __________% OVERHAULED PARTS DISCOUNT _________% SUPPLIES AND CONSUMABLES DISCOUNT _________% Statement of Work/Specifications for Inspect/Repair of WP-3D Propeller A.1 Introduction: The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Florida, intends to inspect and repair as necessary, repack the dome assembly and bench test for return to service propeller Part Number 54H60-77 Propeller Assembly, Serial Number N235504NR. A.2 Background: The propeller has been removed from the #4 position of WP-3D aircraft tail number N43RF located at the AOC, MacDill AFB, Florida. The propeller will be shipped minus the propeller control on a propeller transportation stand provided by the Aircraft Operations Center. The propeller was removed for leaking blade butt seals. TSO is 2723.3 hours, TSN is 5978.6 hours. A.3 Scope: Contract to be accomplished in four parts: • One: Prospective contractors shall provide a quote for teardown and inspection of the above listed propeller and provide a "worst case" quote to repair the propeller. • Two: The selected contractor will provide within seven (7) working days of receipt of the above propeller, a report to the Contracting Officer (CO), of parts and labor, including the accomplishment of any outstanding Propeller Repair Bulletins (PRB), required to return the assembly to a serviceable, ready for installation condition and recommendations of the most cost effective and advantageous means to accomplish the work. • Three: The teardown report and recommendations of the selected contractor will be reviewed by the CO and the Contracting Officer's Technical Representative (COTR). Upon completion of the review, the CO shall provide instructions to the selected contractor on how to proceed with the work. • Four: Upon receipt of the instructions from the CO, the selected contractor shall provide all necessary special tools, labor, and parts to perform the requested work on the propeller assembly. If any additional discrepancies outside of normal repair criteria, are discovered during performance of the work, the selected contractor shall immediately stop work and notify the COTR of the additional discrepancies, to include any parts required, labor required and cost estimate for the additional work. This work will be considered as "over-and-above" costs. The selected contractor will not proceed with the additional work until approval for the additional work is received from the CO. The selected contractor shall accomplish all of the work in accordance with manufacturer's repair/overhaul manuals and applicable repair station procedures. The selected contractor shall bench test the assembly for proper performance parameters within the manufacturer's limits. The propeller will be returned to the Aircraft Operations Center on the same transportation stand provided at delivery. A.4 Technical Requirements: The selected contractor must be a certified FAA Repair Station and/or Authorized Hamilton Sundstrand Service Center covering 54H60-77 propeller type. The selected contractor must have performed and provide written proof of an Inspection and Repair as Necessary (IRAN), major repair or overhaul on this propeller type within the last 30 calendar days. Upon return to service of the assembly, the contractor shall provide all the proper documentation (i.e., FAA 8130 or equivalent and FAA 337 if required) and make the required entries into the propeller logbook provided with the propeller. A.5 Parts, Discounts, and Warranties: The Contractor shall provide all replacement parts, materials, and consumables. However, the Government reserves the right to provide the same, if advantageous, at any time during the contract. The Government will make the final determination on whether new, overhauled, or serviceable parts will be installed in the assemblies. Parts or components in an "as removed" condition will not be installed in the assemblies. Any part or component that has not reached its recommended service life but fails inspection and needs to be replaced will be treated as an "over-and-above." The Contractor shall provide the AOC with a warranty providing a minimum of one hundred hours flight time or six (6) months from time of installation of the propeller. A.6 Period of Performance: Due to mission requirements and the limited number of spares possessed by the AOC, the turn-around time shall not exceed 30 working days from the date of award. Should abnormal requirements and/or circumstances occur which would require an extension of this performance period, the selected contractor should immediately provide documentation to the CO as to the reason and extent of the abnormal requirements and/or circumstances. The selected contractor shall also provide the best estimate of the extension required. A.7 Insurance against Loss or Damage to Government Property: The Contractor shall, at its own expense, provide and maintain during the performance of this work a minimum of $150,000 of insurance. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective: a.) For such a period as the laws of the State in which this work is to be performed prescribe; or b.) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. A.8 Evaluation of Offer: The Government will evaluate the offers for award purposes on the basis of the criteria listed in paragraph B.1 herein. A.9 Delivery Requirements: The cost of shipping the propeller to the selected contractor facility shall be the responsibility of the Government. Shipping to return the propeller to the AOC shall be the responsibility of the contractor. Return shipping costs should be included in the contractor proposal. A.10 Submittal of Invoices: (EAD-KC Addendum to FAR 52.212-4(g)) The Contractor shall prepare and submit invoices to the Aircraft Operations Center (AOC) using the address shown in Block 15 of the Solicitation/Contract/Order for Commercial Items-Standard Form 1449. All invoices shall be based on work completed as of the end of the Contractor's most recent billing period and shall be submitted to AOC by the 10th day of the subsequent month. A.11 Over and Above Items: The Contractor is responsible for documenting and reporting to the COR/AOC Point of Contact, all discrepancies found during the inspection. Discrepancies that are not a part of the inspection will be known as "over and above." Corrective actions as a result of the inspection are considered "over and above" items. Any part or component that has not reached its recommended service life, but fails inspection and needs to be replaced, is considered an "over and above" item. "Over and Above" discrepancy report must include (as a minimum): - Description of each discrepancy found; - Number of person-hours per discipline required to complete each discrepancy; - Hourly rate for personnel performing the work; - Parts cost less the percentage discount, if any; - Total dollar amount for the complete list of discrepancies. The COR/AOC Contact Point will be responsible for reviewing the list of "over and above" discrepancies and making a recommendation to the CO, to either accept or decline the Contractor's proposal. The Contractor shall not proceed with correcting any "over and above" discrepancies without prior approval from the CO. The Contractor shall bill all charges for "over and above" items on a separate invoice at the conclusion of repairs. Funds for the "over and above" items will be specified at the time of award and included in the Line Item Number 0003. The dollar amount stated in the contract represents an estimated total, not to exceed amount to cover charges for the "over and above". The Government will pay invoices for "over and above "services out of the funds allocated and authorized on Line Item Number 0003. This paragraph applies only to Line Item Number 0003. It is not possible prior to contract award to accurately estimate the extent and duration of work or to anticipate costs for Line Item Number 0003 with any reasonable degree of confidence. Time and materials provide for acquiring these services on the basis of direct labor hours and cost of materials. Direct labor hours are at specified fixed hourly rates that include wages, overhead, general and administrative expenses, and profit. Cost of materials includes appropriate material handling cost as part of material costs. The price to be paid for material shall be based on an established catalog or list price in effect when material or other product is furnished, less all applicable discounts to the Government. In no event shall the price exceed the Contractor's sales price to its most favored customer for the same item in like quantity, or the current market price, whichever is lower. B.1 Evaluation Criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, which are listed in descending order of importance, will be used to evaluate offers. Factor A - Technical 1. Must provide written documentation of having accomplished major repair, IRAN, and/or overhaul of the 54H60-77 model propeller assembly within the past 30 days. 2. Must submit a copy of FAA Repair Station Certificate, and/or proof of Hamilton Sundstrand Authorized Maintenance Center documentation. 3. The ability to perform the work requested within the performance period of A.6. 4. Must submit Proof of Insurance documentation as described in paragraph A.7. 5. The Contractor's facility must be located within the USA. 6. Provide documentation of factory trained, A&P technicians on staff. Factor B - Past Performance 1. Past performance with a previous government contract. Provide a list of no more than three contacts including phone numbers, of firms to whom the offeror has successfully provided equipment or services that are the same or equal to that of this requirement. Technical and past performance when combined, are slightly more important than price. As the technical ratings become more equal, price becomes more important. Conversely, as price proposals become more equal to one another, technical proposals will become a more important determining factor. NOAA will evaluate the offeror's proposed prices for fairness and reasonableness in relation to the solicitation's requirements. Overall, the proposal selected will be the one that provides the best value to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133M-10-RQ-0382/listing.html)
 
Place of Performance
Address: Contractor's Facility, TBD, United States
 
Record
SN02107403-W 20100401/100330235904-46d7fab727a152272f4b28375dc357d3 (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.