Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2013 FBO #4303
SOLICITATION NOTICE

J -- KING AIR 350ER PHASE 2 INSPECTION for NOAA, Aircraft Operations Center, MacDill AFB, FL

Notice Date
9/3/2013
 
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
NMAN6000-13-01554
 
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
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 to complete manufacturer's Phase 2 inspection on a Government owned Hawker Beechcraft King Air 350ER aircraft (Registration No. N68RF, Serial No. FM21) in accordance with manufacturer's maintenance manual and the statement of work. The King Air aircraft is 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 notice is subject to cancellation if in the best interest of the Government. NOAA EAD-KC requires that all contractors doing business with this office be registered with 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.NMAN6000-13-01554. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-69. CLAUSES AND PROVISIONS The Federal Acquisition Regulation (FAR) 52 and Commerce Acquisition Regulation (CAR) 1352 clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) 52.212-2 Evaluation-Commercial Items (JAN 1999) 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) (23), (26), (28), (29), (39), (47); Section (c) (1) and (2) Aircraft Mechanic $33.50/hr 52.216-31 Time & Material/Labor Hour Proposal Requirements-Commercial Item Acquisition (FEB 2007) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-71 Organizational Conflict of Interest (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 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/DOC_Local_Clause-PM2000-03A2.pdf STATEMENT OF WORK: A. BACKGROUND The National Oceanic and Atmospheric Administration Aircraft Operations Center (NOAA AOC) owns/operates a Hawker-Beechcraft King Air 350ER: serial number FM21; FAA registration N68RF. As its primary mission, the aircraft supports the NOAA National Ocean Service Remote Sensing Division located in Silver Spring, MD. The AOC at MacDill AFB, FL manages the aircraft which is primarily operated throughout the United States including occasional trips to Alaska, Hawaii, and other U.S. territories. NOAA N68RF shall require Phase 2 inspection and full maintenance support for a period of one (1) month from date of award to include the phase 2 inspection. For purposes of this acquisition "full service maintenance support" includes the following: aircraft phase inspections, avionics support, scheduled and unscheduled maintenance, repair and modifications at the aircraft-on-ground (AOG) occurrences in any location away from the contractor's facility. NOAA N68RF is equipped with Collins Pro-line 21 Avionics Package plus camera port & cargo door modifications. The aircraft began NOAA service on May 15, 2009. B. PHASE 2 INSPECTION (CLIN 0001) The contractor shall provide all labor, materials, equipment, special tools and facilities to comply with the manufacturer's Phase 2 inspection as per Chapter 5 of the Manufacturer's Maintenance Manual to include an inspection report. Repair any aircraft discrepancies (warranty and non-warranty) found during the inspection. The Government shall be responsible for scheduling all work against this contract. Once the aircraft arrives at the contractor's facility, no work shall begin until the AOC point of contact has given approval. Only the work that is approved shall be accomplished. As soon as possible, the contractor shall provide a list of discrepancies/tear down inspection report, condition on all major components, outstanding service bulletins and airworthiness directives requiring compliance, and any recommendations (if applicable) for maintenance that would prevent future failures. The contractor will be responsible for all Federal Aviation Administration (FAA) and AOC required documentation to include but not be limited to approval for return to service. The contractor shall have direct access to the AOC maintenance tracking system and comply with all requirements of that system. C. OVER AND ABOVE ITEMS (CLIN 0002). The Contractor is responsible for documenting and reporting all discrepancies that are found during inspections that are not a part of a complete routine Hawker Beechcraft Phase 2 inspection. Any additional work or discrepancies must have prior approval from the Contracting Officer (CO). On an as-needed basis, the contractor shall provide all scheduled and unscheduled maintenance, avionics repairs, major and minor structural repairs and/or modifications, paint and interior, servicing, and inspections both at the contractor's facility and AOG locations. Contractor is responsible to eddy current a wheel/hub assembly within 24 hours. Any part or component that has not reached its recommended service life, but fails inspection and needs to be replaced and is not included in a routine phase inspection is considered over and above. The 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 each discrepancy; and - Total dollar amount for the complete list of discrepancies. The AOC point of contact will be responsible for reviewing the list of 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 discrepancies without prior approval from the CO. Funds for these services will be specified at the time of award and included in contract line item number (CLIN) 0002. The dollar amount stated in the schedule for CLIN 0002 will represent an estimated total, not- to- exceed amount, to cover charges for over and above items. The Government will pay invoices for over and above items out of the funds allocated and authorized on CLIN 0002. This paragraph applies only to CLIN 0002. It is not possible prior to contract award to accurately estimate the extent and duration of work or to anticipate costs for CLIN 0002 with any reasonable degree of confidence. Therefore, time and materials provides 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 parts and appropriate material handling 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. D. PARTS AND WARRANTY 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, new surplus, overhauled, repaired, or serviceable parts will be installed in the aircraft. All items are to be provided by the contractor in new condition and shall be properly tagged in conformance with FAA regulations. Parts or components in an "as removed" status will not be installed on the aircraft. 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" item. Original Equipment Manufacturer (OEM) and Part Manufacturing Authority (PMA) parts are acceptable at any time. The contractor will obtain instruction regarding the disposition of non-exchangeable items from the AOC point of contact. Parts and material furnished during all inspections and repairs will be warranted to be free from defects and workmanship for a period of one (1) year of service from the date of Government acceptance. Government owned parts, equipment, and property shall be returned to the Government. The cost of return-shipping these items shall be the responsibility of the Government. E. DELIVERY REQUIREMENTS The aircraft will be flown to the contractor's facility by a Government flight crew. The AOC point of contact or the flight crew will notify the Contractor as soon as the need for the Phase 2 inspection has been identified. Based on current projections, Phase 2 will be due around October 1, 2013. Phase inspection and all repairs should be conducted as expeditiously as possible so as to minimize aircraft out of service time. If possible, all aircraft scheduled events and required services will be brought to the contractor's attention. F. INSURANCE The contractor shall at its own expense, provide and maintain liability and hull insurance of not less than $10,000,000.00 to replace the aircraft being inspected or repaired in the event the property should be damaged or lost during inspection or repair. Contractor shall provide the Contracting Officer written documentation that the required insurance has been obtained. The policies evidencing the 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: - For such a period as the laws of the State or Providence in which this work is to be performed prescribe and, - Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. G. INVOICES The contractor shall submit invoices to: DOC/NOAA/AOC, P.O. Box 6829, MacDill AFB, FL 33608-0829 attention Peter Siegel, AOC point of contact. All invoices will be reviewed by the Government to determine if the Government is properly billed for services provided. Partial invoices will only be processed after acceptance and approval. 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 including standard commercial warranty for all work and parts. The Department of Labor Service Act Wage Determination for the area in which the work is to be completed shall be applicable. Offerors can obtain wage determinations for their area by accessing the following website: www.dol.gov/wagedeterminations. Prices quoted for contract line item number (CLIN) 0001 shall be firm-fixed-price inclusive of all costs. CLIN 0002 is on a time-and-materials basis. LINE ITEM 0001 : Complete PHASE 2 Inspection for a Hawker Beechcraft King Air 350ER aircraft in accordance with manufacturer's maintenance manual and statement of work. This includes providing a separate discrepancy report for each item needing repair. This CLIN is on a fixed price basis. One (1) JOB $___________ Delivery: Time (calendar days) for completion of Phase 2 after aircraft induction at Contractor's facility ____________ LINE ITEM 0002 : Over and Above repairs including parts and labor. This CLIN is on a time and materials basis. Contractor exceeds the amount determined at time of award at its own risk. One (1) JOB $ 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 (if any) OFF LIST PRICE: _________________ Signed and dated quotes must be submitted. Quotes must be received on or before 12:00 Noon CDT SEPTEMBER 12, 2013. Email quotes 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. Provide copy of documentation to show facility is certified as a FAA Repair Station 2. Proof of Insurance in the amount required, 3. Technical proposal addressing all 10 evaluation criteria list below including Past Performance references (no more than 3), and 4. Pricing Information to include completion time for Phase 2 inspection. 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 offerors responsiveness to the items listed, offerors price proposal, and the offerors ability to exhibit an understanding of the requirements included in this RFQ and the following technical evaluation factors: MINIMUM TECHNICAL FACTOR: 1) offeror must be a certified FAA Repair Station and submit all applicable FAA station certificates; 2) offeror must submit Proof of Insurance in the minimum of $10,000,000; OTHER TECHNICAL FACTORS: 3) location of contractors facility or facilities. Contractor facility must be located within CONUS, on the eastern seaboard between Baltimore, MD and Miami, FL. Multiple locations will be considered more favorable in the evaluation. Proximity of the repair facility or facilities to a major airport will also be considered more favorable; 4) Designation as a Hawker Beechcraft King Air 350ER authorized Service Center; 5) Past Performance to include phone numbers and points of contact and related experience which demonstrates offeror has maintained or repaired the same model aircraft within the past month and has performed a Phase 2 and hot section inspection within the past three months; 6) offeror shall provide its number of work shifts in a 24 hour day (non-overtime); 7) offeror shall provide its mean time to complete Phase 2 inspection and average over and above discrepancies; 8) offeror shall explain its familiarity with and ability to provide avionics support for Collins Pro-Line 21 Avionics system; 9) offeror shall explain its structural repair capabilities including availability of engineering and sheet metal on staff; 10) offeror shall explain its capability to eddy current a wheel/hub assembly within 24 hrs. Price is less important than other non-cost items. The Government will award the purchase order to the contractor that is the best value for the work in a manageable location that meets scheduling needs. 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/NMAN6000-13-01554/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN03172706-W 20130905/130904000353-fc77027e34a4eb3a87947afb4086b4dd (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.