Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2012 FBO #3850
SOLICITATION NOTICE

J -- NOAA AOC AIRCRAFT ENGINEERING SERVICES - SOW NOAA AIRCRAFT ENGINEERING SERVICES

Notice Date
6/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
NMAN6000-12-01005
 
Archive Date
7/27/2012
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
ronald.f.anielak@noaa.gov, Sharon.Clisso@noaa.gov
(ronald.f.anielak@noaa.gov, Sharon.Clisso@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW NOAA AIRCRFAT ENGINEERING SERVICES 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 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 Aircraft Engineering Services for the NOAA, Aircraft Operations Center (AOC) at MacDill AFB, Tampa FL. It is intended for the Government to issue an indefinite delivery-indefinite quantity (IDIQ) Task Order type contract from this solicitation. This notice constitutes the only Request for Quote (RFQ). Written quotes are being requested. A hardcopy written RFQ will not be issued. DOC/NOAA 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, quoters must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete the Online Representations and Certifications Application (ORCA) at http://ORCA.BPN.GOV. This notice is hereby issued as RFQ No. NMAN6000-12-01005. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. 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 (JAN 1999) (Evaluation Criteria see RFQ SUBMISSION section, Technical & Past Performance when combined are slightly more important than price) 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) 52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2011), Section (b)(24),(25),(26),(27),(36),(45)(c)(1)(2)(3) (Equivalent Rate: Aircraft Mechanic $33.50/hour) 52.216-18 Ordering (OCT 1995) from date of award through 1year thereafter followed by 4 one year options 52.216-22 Indefinte Quantity (OCT 1995) (d) after expiration of the performance period. 52.217-8 Option to Extend Services (NOV 1999) within 60 days before the contract will expire 52.217-9 Option to Extend the term of the Contract (MAR 2000) (a) within 60 days before the contract is set to expire, 60 days; (c) shall not exceed 5 years 52.222-49 Service Contract Act -Place of Performance Unknown (MAY 1989) (Wage Determination will be incorporated at time of award) 52.232-18 Availability of Funds (APR 1984) 52.247-34 F.O.B. Destination (NOV 1991) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) (To be designated at time of award) 1352.209-72 Restrictions Against Disclosure (APR 2009) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.216-70 Contract Type Firm Fixed Price Indefinite Delivery- Indefinite Quantity Task Order Contract 1352.216-74 Task Orders (APR 2010) 1352.216-7 Minimum and Maximum Contract Amounts (APR 2010) Minimum $5,000.00 Maximum $450,000.00 1352.216-76 Placement of Orders (APR 2010) a warranted Contracting Officer at NOAA Eastern Acquisition Division either in Kansas City, MO or Norfolk, VA. 1352.233-70 Agency Protests (APR 2010) (b) James Price, DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1756, Kansas City, MO 64106 (c) DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1756, Kansas City, MO 64106 (e) Mark Langstein, US Department of Commerce, Office of the General Counsel, Chief, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 481-5858. 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) 1352.245-70 Government Furnished Property (APR 2010) (See SOW B.2 #9) 1352.246-70 Place of Acceptance (APR 2010) (DOC/NOAA/AOC/MacDill AFB, FL) 1352.270-70 Period of Performance (APR 2010) Base period is from date of award through one year thereafter followed by four one year options Text File: Tax Liability Statement 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://oam.ocs.doc.gov/CAPPS_car.html STATEMENT OF WORK: See attachment PRICING: This acquisition is for commercial services. It will be quoted and completed in accordance with the terms, conditions and statement of work specified herein. The resultant contract will be subject to the Department of Labor Service Contract Act Wage Determination for the area in which the work is to be performed. Quoter shall provide as a minimum the following base rates and fully loaded hourly rates for the disciplines listed. The fully loaded hourly rates shall include base rate, overhead, fringe benefits, general and administrative (G&A), each and every other item of expense, and profit. CLIN 0001 BASE YEAR - date of award thru twelve calendar months thereafter Design Engineer Base rate $___/hr Fully Loaded rate $____/hr Stress Engineer Base rate $___/hr Fully Loaded rate $____/hr Project Manager Base rate $___/hr Fully Loaded rate $____ /hr Designated Engineering Representative Base rate $___/hr Fully Loaded rate $____/hr Other disciplines identified & rates __________________________________________ CLIN 0002 OPTION YEAR 1 - from end of Base Year thru twelve calendar months thereafter Design Engineer Base rate $___/hr Fully Loaded rate $____/hr Stress Engineer Base rate $___/hr Fully Loaded rate $____/hr Project Manager Base rate $___/hr Fully Loaded rate $____ /hr Designated Engineering Representative Base rate $___/hr Fully Loaded rate $____/hr Other disciplines identified & rates __________________________________________ CLIN 0003 OPTION YEAR 2 - from end of Option Year 1 thru twelve calendar months thereafter Design Engineer Base rate $___/hr Fully Loaded rate $____/hr Stress Engineer Base rate $___/hr Fully Loaded rate $____/hr Project Manager Base rate $___/hr Fully Loaded rate $____ /hr Designated Engineering Representative Base rate $___/hr Fully Loaded rate $____/hr Other disciplines identified & rates __________________________________________ CLIN 0004 OPTION YEAR 3 - from end of Option Year 2 thru twelve calendar months thereafter Design Engineer Base rate $___/hr Fully Loaded rate $____/hr Stress Engineer Base rate $___/hr Fully Loaded rate $____/hr Project Manager Base rate $___/hr Fully Loaded rate tiny_mce_marker____ /hr Designated Engineering Representative Base rate $___/hr Fully Loaded rate $____/hr Other disciplines identified & rates __________________________________________ CLIN 0005 OPTION YEAR 4 - from end of Option Year 3 thru twelve calendar months thereafter Design Engineer Base rate $___/hr Fully Loaded rate $____/hr Stress Engineer Base rate $___/hr Fully Loaded rate $____/hr Project Manager Base rate $___/hr Fully Loaded rate $____ /hr Designated Engineering Representative Base rate $___/hr Fully Loaded rate $____/hr Other disciplines identified & rates __________________________________________ RFQ SUBMISSION Signed and dated quotes must be submitted. Quotes must be received on or before 1:00PM central time July 12, 2012. Quotes may be 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: A. A completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR annual certification may be made at http://orca.bpn.gov and so stated in your quote, B. Technical proposal addressing all 6 Evaluation Criteria listed below, and C. Pricing Information. The evaluation of quotes will be conducted as a commercial item acquisition in accordance with Federal Acquisition Regulation Part 12. The evaluation of quotes shall be based on the quoters responsiveness to the items listed, quoters price proposal, and the quoters ability to exhibit an understanding of the requirements included in this RFQ and the following technical evaluation factors. Quoters shall keep their pricing information proposal separate from their technical proposal. Quoter technical proposal shall discuss and address all 6 of the following evaluation criteria: 1.Qualifications and Availability of Key Personnel. Provide relevant prior experience, special training and education of proposed key personnel to include assigned Project Manager and FAA Designated Engineering Representative (DER). Key personnel are persons whose contributions to the contract effort will have a significant impact on the quality of the contractor's performance. AOC frequently undertakes multiple projects, simultaneously. Quoter shall provide the number of FAA DERs on staff or readily available. 2.Past Performance. No more than 3 references from contracts of a similar scope that shows evidence of the quoter's ability to accomplish the required work. The quoter's demonstrated record, as confirmed by references, of successful past performance of the same or substantially similar contract efforts, including quality of services or supplies, timeliness of performance, cost control, and the quoter's business relations. 3.Demonstrated Experience in Finite Element Analysis (FEA), engineering report writing,FAA interaction/liaison, material testing, systems design and integration, and just-in-time technical support. It is not enough for quoter to claim experience. Quoter must provide evidence of its experience in the technical proposal. 4.Technical and Management Capability: This may be expressed as the quoter's proposed approach or methodology to performing the work required in the SOW. Quoter should present an efficient and realistic approach to fulfilling the contract's requirements. 5.Availability of online and over-the-phone technical support. The AOC routinely requires technical assistance that involves the contractor providing excerpts from technical documentation and/or engineer consultation services. Availability, quantity, and quality of engineering documentation and "live" engineering services shall be discussed. 6.Location: Quoter shall provide address of its engineering and maintenance facility proposed for use in the contract. Proximity to the NOAA AOC is desired. The majority of work will take place at the AOC; proximity of engineering services will allow more interaction during design, engineering, and certification efforts. The Government will award the contract to the contractor that is the best value for the work. All responsible small business quoters 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/NMAN6000-12-01005/listing.html)
 
Place of Performance
Address: contractor's factility, United States
 
Record
SN02769423-W 20120609/120607235831-a68ea5adabe0062104aac1f6e3bb3b05 (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.