Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2013 FBO #4281
SOLICITATION NOTICE

J -- MAINTENANCE AIRCRAFT GROUND SUPPORT EQUIPMENT AT NOAA, AIRCRAFT OPERATIONS CENTER, MACDILL AFB, FL - STATEMENT OF WORK AGSE

Notice Date
8/12/2013
 
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
NMAN6000-13-00929
 
Archive Date
9/19/2013
 
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
STATEMENT OF WORK AGSE 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 for maintenance of various aerospace ground support equipment 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. EAD-KC requires that all contractors doing business with this office be registered in the System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: http://www.sam.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. This notice is hereby issued as RFQ No.NMAN6000-13-00929. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-69. CLAUSES AND PROVISIONS The FAR (52) and CAR (1352) clauses incorporated into this acquisition are: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011), 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012), 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2013) Section (b) (5i), (16), (18), (19), (20), (21), (22), (23), (24i), (31), (36); Section (c) (1), (2) Aircraft Mechanic $33.50/hr, and (3) 52.216-31 Time & Material/Labor Hour Proposal Requirements-Commercial Item Acquisition (FEB 2007), 52.217-8 Option to Extend Services (NOV 1999) within 60 days before the contract is set to expire, 52.217-9 Option to Extend Term of the Contract (MAR 2000) 30 days prior to expiration of the current performance period, 60 days, 5 years, 52.242-13 Bankruptcy (JULY 1995) 52.247-34 F.O.B. Destination (NOV 1991), 1352.228-70 Insurance Coverage (MAR 2000) (delete reference to 52.228-5 within the clause) Property damage $50,000.00, 1352.228-72 Deductibles under Required Insurance Coverage (MAR 2000), 1352.233-70 Harmless from Liability (MAR 2000), 1352.201-70 Contracting Officer's Authority (APR 2010), 1352.201-71 Contracting Officer's Representative (FEB 2005) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.216-70 Contract Type (MAR 2000) Firm Fixed Price Service Contract 1352.246-70 Place of Acceptance (APR 2010) DOC, NOAA, AOC, MacDill AFB, FL 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) Lauren DiDiuk, 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 Homeland Security Presidential Directive 12 (HSPD-12) The performance of this contract required contractors to have physical access to Federal premises for more than 180 days or access to a Federal information system. Any items or services delivered under this contract shall comply with the Department of Commerce personal identify verification procedures that implement HSPD-12, FIPS PUB 201 and OMB Memorandum M-05-24. The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a Federal controlled facility or access to a Federal information system. FAR 52 clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR 1352 clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. STATEMENT OF WORK is an attachment to this announcement. 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 in the attached statement of work (SOW) including standard commercial warranty for all work and parts. The Department of Labor Service Act Wage Determination for the Tampa area, Hillsborough County, in which the work is to be completed is applicable. Offerors can obtain the wage determination by accessing the following website: www.dol.gov/wagedeterminations. Prices quoted for contract line item numbers (CLINs) 0001, 0002, 0003, 0004, 0005, 0007, 0008, 0009, 0010, 0011, 0013, 0014, 0015, 0016, 0017, 0019, 0020, 0021, 0022, 0023, 0025, 0026, 0027, 0028, 0029 shall be firm-fixed-price inclusive of all costs. CLINs 0006, 0012, 0018, 0024, 0030 are on a time-and-materials basis with amounts to be determined by the Government at time of award. LINE ITEM 0001: WEEKLY INSPECTIONS/SERVICE: The following equipment will receive Periodic Maintenance Inspections on a weekly basis and serviced as required in accordance with the SOW. This CLIN is on a firm fixed price yearly basis. Provide WEEKLY pricing to include inspections and servicing for each item. *Note* All hydraulic man lifts are non-powered. 1. Charger- EZ-GO 52 wks Unit Price $_________ Total Price $_________ 2. Charger- EZ-GO 52 wks Unit Price $_________ Total Price $_________ 3. Generator Unit 60KVA 52 wks Unit Price $_________ Total Price $_________ 4. Golf Cart EZ-GO 52 wks Unit Price $_________ Total Price $_________ 5. Golf Cart EZ-GO 52 wks Unit Price $_________ Total Price $_________ 6. Golf Cart EZ-GO 52 wks Unit Price $_________ Total Price $_________ 7. Golf Cart EZ-GO 52 wks Unit Price $_________ Total Price $_________ 8. Golf Cart Club Car 52 wks Unit Price $_________ Total Price $_________ 9. Aircraft Jack- 3 ton Tripod 1' 52 wks Unit Price $_________ Total Price $_________ 10. Aircraft Jack- 3 ton Tripod 1'52 wks Unit Price $_________ Total Price $_________ 11. Aircraft Jack- 3 ton Tripod 1'52 wks Unit Price $_________ Total Price $_________ 12. Aircraft Jack Nose Gear P-3 52 wks Unit Price $_________ Total Price $_________ 13. Aircraft Jack- 5 ton Tripod 52 wks Unit Price $_________ Total Price $_________ 14. Aircraft Jack- 5 ton Tripod 52 wks Unit Price $_________ Total Price $_________ 15. Aircraft Jack- 5 ton Tripod 52 wks Unit Price $_________ Total Price $_________ 16. Manlift B-4 500lbs 52 wks Unit Price $_________ Total Price $_________ 17. Manlift B-4 500lbs 52 wks Unit Price $_________ Total Price $_________ 18. Manlift B-4 500lbs 52 wks Unit Price $_________ Total Price $_________ 19. Manlift B-4 500lbs 52 wks Unit Price $_________ Total Price $_________ 20. Manlift Basket- JLG 52 wks Unit Price $_________ Total Price $_________ 21. Manlift Scissor- JLG 52 wks Unit Price $_________ Total Price $_________ 22. PowerCart 28v Light Aircraft 52 wks Unit Price $_________ Total Price $_________ 23. Shop Fan 52 wks Unit Price $_________ Total Price $_________ 24. Shop Fan 52 wks Unit Price $_________ Total Price $_________ 25. Shop Fan 52 wks Unit Price $_________ Total Price $_________ 26. Shop Fan 52 wks Unit Price $_________ Total Price $_________ 27. Shop Fan 52 wks Unit Price $_________ Total Price $_________ 28. Shop Fan 52 wks Unit Price $_________ Total Price $_________ 29. Shop Fan 52 wks Unit Price $_________ Total Price $_________ 30. Tow Bar G-4 Head 52 wks Unit Price $_________ Total Price $_________ 31. Tow Bar G-4 Tron 52 wks Unit Price $_________ Total Price $_________ 32. Tow Bar G-4 Fixed Head 52 wks Unit Price $_________ Total Price $_________ 33. Tow Bar Otter Tron/fab 52 wks Unit Price $_________ Total Price $_________ 34. Tow Bar P-3 Green (New) 52 wks Unit Price $_________ Total Price $_________ 35. Tow Tractor John Deere (Diesel) 52 wks Unit Price $________ Total Price $_________ 36. Tow Tractor Stewart Stevenson (Diesel) 52 wks Unit Price $______Total Price $_______ 37. Tow Tractor LEKTRO (Battery/Electric) 52 wks Unit Price $______Total Price $_______ LINE ITEM 0002: MONTHLY INSPECTIONS/SERVICE: The following equipment will receive Periodic Maintenance Inspections on a monthly basis and serviced as required in accordance with the SOW. This CLIN is on a firm fixed price yearly basis. Provide monthly pricing for each item. 1. Engine Stand P-3 12 mos Unit Price $______ Total Price $_______ 2. Engine Stand P-3 12 mos Unit Price $______ Total Price $_______ 3. Engine Stand P-3 12 mos Unit Price $______ Total Price $_______ 4. Engine Stand P-3 12 mos Unit Price $______ Total Price $_______ 5. Engine Stand Twin Otter 12 mos Unit Price $______ Total Price $_______ 6. Engine/Propeller Stand P-3 12 mos Unit Price $______ Total Price $_______ 7. Engine/Propeller Stand P-3 12 mos Unit Price $______ Total Price $_______ 8. Engine/Propeller Stand P-3 12 mos Unit Price $______ Total Price $_______ 9. Engine/Propeller Stand P-3 12 mos Unit Price $______ Total Price $_______ 10. Generator- Gasoline (Honda) 12 mos Unit Price $______ Total Price $_______ 11. Generator- Gasoline (Honda) 12 mos Unit Price $______ Total Price $_______ 12. Generator- Gasoline (Honda) 12 mos Unit Price $______ Total Price $_______ 13. Generator- Gasoline (Honda) 12 mos Unit Price $______ Total Price $_______ 14. Generator- Diesel (Kubota) 12 mos Unit Price $______ Total Price $_______ 15. Jack- Bomb Lift 12 mos Unit Price $______ Total Price $_______ 16. Jack- 10 ton Tripod 4' 12 mos Unit Price $______ Total Price $_______ 17. Jack- 10 ton Tripod 4' 12 mos Unit Price $______ Total Price $_______ 18. Jack- 12 ton Tripod 3.5' 12 mos Unit Price $______ Total Price $_______ 19. Jack- 25 ton Tripod 3.5' 12 mos Unit Price $______ Total Price $_______ 20. Jack- 25 ton Tripod 3.5' 12 mos Unit Price $______ Total Price $_______ 21. Jack- 30 ton Tripod 6' 12 mos Unit Price $______ Total Price $_______ 22. Jack- 30 ton Tripod 6' 12 mos Unit Price $______ Total Price $_______ 23. Jack- 30 ton Tripod 7' 12 mos Unit Price $______ Total Price $_______ 24. Jack-Tire Trolley 12 mos Unit Price $______ Total Price $_______ 25. Jack- 30 ton Axel 12 mos Unit Price $______ Total Price $_______ 26. Lavatory Cart (Manual) 12 mos Unit Price $______ Total Price $_______ 27. Lavatory Cart- Tron (Electric) 12 mos Unit Price $______ Total Price $_______ 28. LEKTRO Batteries 12 mos Unit Price $______ Total Price $_______ 29. Overhead 5 ton Gantry Crane 12 mos Unit Price $______ Total Price $_______ 30. Portable Power Starter Cart (GSE or Vehicle) 12 mos Unit Price $____ Total Price $____ 31. Pressure Washer - Mobile-Gasoline Powered w/tank12 mos Unit Price $_______ Total Price $_______ 32. Propeller Dolley, Wheeled- Dual Prop Unit (P-3) 12 mos Unit Price $____ Total Price $____ 33. Propeller Stand (Light Aircraft) 12 mos Unit Price $______ Total Price $_______ 34. Propeller Stand, Wheeled-Portable (P-3) 12 mos Unit Price $_____ Total Price $_______ 35. Tow Bar, Wheeled (P-3) (Green) 12 mos Unit Price $______ Total Price $_______ 36. Tow Bar- Collapsible Fly-Away (P-3) 12 mos Unit Price $______ Total Price $_______ 37. Tow Bar, Twin Otter Plus 12 mos Unit Price $______ Total Price $_______ Line Item 0003: ADDITIONAL QUARTERLY INSPECTIONS/SERVICE: in addition to the weekly and monthly inspections and servicing, requirements for changing oil and filters in motorized equipment on a quarterly basis shall be complied with. Lump Sum pricing to include all oil and filter changes in motorized equipment on a quarterly basis. 1. Generator Unit 60KVA 4 qtrs. Unit Price $_________ Total Price $_____________ 2. PowerCart 28v Light Aircraft 4 qtrs. Unit Price $_________ Total Price $____________ 3. Generator- HOBART GPU 4 qtrs. Unit Price $_________ Total Price $_____________ 4. Generator- HOBART GPU 4 qtrs. Unit Price $_________ Total Price $_____________ Line item 0004: SEMI-ANNUAL INSPECTIONS/SERVICE: in addition to the above inspections and servicing, motorized equipment, such as GPU's and Generators, will be load tested with a test bank on a semi-annual basis. Lump sum pricing to include all load tests on motorized equipment on a semi-annual (six month) basis. 1. Generator Unit 60KVA 2 ea. Unit Price $________Total Price $_____________ 2. PowerCart 28v Light Aircraft 2 ea. Unit Price $________Total Price $____________ 3. Tow Tractor John Deere (Diesel) 2 ea. Unit Price $________Total Price $____________ 4. Tow Tractor Stewart Stevenson (Diesel) 2 ea. Unit Price $_______Total Price $________ 5. Tow Tractor LEKTRO (Battery/Electric) 2 ea. Unit Price $_______Total Price $________ 6. Pressure Washer- Mobile--Gasoline Powered w/tank 2 ea. Unit Price $_____Total Price $______ 7. Manlift Basket- JLG 2 ea. Unit Price $________Total Price $____________ 8. Manlift Scissor- JLG 2 ea. Unit Price $________Total Price $____________ Line item 0005: ANNUAL INSPECTIONS/SERVICE: in addition to the above inspections and servicing, non-motorized load bearing equipment will receive load tests. This includes but is not limited to engine stands, tripods, jacks, and prop stands. Lump sum pricing to include all load tests on non-motorized equipment on an annual basis. 1. Aircraft Jack- 3 ton Tripod 1' 1 JB Unit Price $________Total Price $____________ 2. Aircraft Jack- 3 ton Tripod 1' 1 JB Unit Price $________Total Price $____________ 3. Aircraft Jack- 3 ton Tripod 1' 1 JB Unit Price $________Total Price $____________ 4. Aircraft Jack Nose Gear P-3 1 JB Unit Price $________Total Price $____________ 5. Aircraft Jack- 5 ton Tripod 1 JB Unit Price $________Total Price $____________ 6. Aircraft Jack- 5 ton Tripod 1 JB Unit Price $________Total Price $____________ 7. Aircraft Jack- 5 ton Tripod 1 JB Unit Price $________Total Price $____________ 8. Jack- 10 ton Tripod 4' 1 JB Unit Price $________Total Price $____________ 9. Jack- 10 ton Tripod 4' 1 JB Unit Price $________Total Price $____________ 10. Jack- 12 ton Tripod 3.5' 1 JB Unit Price $________Total Price $____________ 11. Jack- 25 ton Tripod 3.5' 1 JB Unit Price $________Total Price $____________ 12. Jack- 25 ton Tripod 3.5' 1 JB Unit Price $________Total Price $____________ 13. Jack- 30 ton Tripod 6' 1 JB Unit Price $________Total Price $____________ 14. Jack- 30 ton Tripod 6' 1 JB Unit Price $________Total Price $____________ 15. Jack- 30 ton Tripod 7' 1 JB Unit Price $________Total Price $____________ 16. Jack- 30 ton Axel 1 JB Unit Price $________Total Price $____________ LINE ITEM 0006: Over and Above Items including parts and labor. Amount to be determined by the Government at time of award. This CLIN is on a time and materials basis. Contractor exceeds the amount determined at time of award at its own risk. One (1) YR $ NOT TO EXCEED VALUE TO BE DETERMINED BY THE GOVERNMENT AT TIME OF AWARD LOADED LABOR RATE PER HOUR (regular rate) $_______________ LOADED LABOR RATE PER HOUR (overtime rate) $_______________ PARTS DISCOUNT OFF LIST PRICE (if any): ____________________ PERIOD OF PERFORMANCE: Base Period - One (1) year from October 1, 2013 thru September 30, 2014 with four (4) one-year option periods. Option Year I - 10/01/2014 thru 09/30/2015 PERCENT INCREASE __________% for line items 0007, 0008, 0009, 0010, 0011, and 0012 applied to base year pricing. Option Year II - 10/01/2015 thru 09/30/2016 PERCENT INCREASE __________% for line items 0013, 0014, 0015, 0016, 0017, and 0018 applied to option year I pricing. Option Year III - 10/01/2016 thru 09/30/2017 PERCENT INCREASE __________% for line items 0019, 0020, 0021, 0022, 0023, and 0024 applied to option year II pricing. Option Year IV - 10/01/2017 thru 09/30/2018 PERCENT INCREASE __________% for line items 0025, 0026, 0027, 0028, 0029, and 0030 applied to option year III pricing. NOTE: if no option year increase offered show 0% Signed and dated quotes must be submitted. Quotes must be received on or before 12:00 Noon CDT SEPTEMBER 4, 2013. 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: 1. Proof of required Liability Insurance in the amount of $50,000.00 minimum, 2. Certifications for proposed technicians (experience and qualifications) 3. Past Performance References (no more than 3), 4. Pricing Information to include CLINS, labor rates, and option periods, and 5. Technical proposal to address all technical factors stated below. The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Parts 12, 13, and 15 and clause 52.212-2. The evaluation of quotes shall be based on the following: A. Minimum Technical Acceptability Standard (non-cost factor) Offeror is to provide Proof of Liability Insurance in the minimum amount of $50,000.00 B. Technical Evaluation Factors (equal in importance) l) Demonstrated evidence of having performed work comparable in size and of the nature of that described herein; 2) Past Performance (customer satisfaction, quality, and timeliness); 3) Demonstrated experience and trained staff; 4) Ability to obtain access to MacDill AFB. Price will be a consideration during evaluation. Price is less important than other non-cost items. The Government will award the order to the contractor that is the best value for the work required. 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/NMAN6000-13-00929/listing.html)
 
Place of Performance
Address: NOAA/AOC, MacDill AFB, Florida, 33608, United States
Zip Code: 33608
 
Record
SN03146173-W 20130814/130812235606-a3bef877c421d4f9a58da2430230b020 (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.