Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2014 FBO #4501
SOLICITATION NOTICE

15 -- Bell 206B3 Helicopters - Colombia - Combined Synopsis/Solicitation - Attachment A - Specifications

Notice Date
3/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of State, Office of Acquisitions, Florida Regional Center, RPSO-FL, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309, United States
 
ZIP Code
33309
 
Solicitation Number
SWHARC14Q0029
 
Archive Date
4/25/2014
 
Point of Contact
Rachel Carria Gaspard,
 
E-Mail Address
gaspardrc@state.gov
(gaspardrc@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment A - Helicopter Specifications Word document of combined synopsis/solicitation text This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a separate written solicitation will not be issued. 1. DESCRIPTION The U.S. Department of State, Bureau of International Narcotics and Law Enforcement (INL) U.S. Embassy Bogota, has a requirement for the purchase of three, or possibly four (alternate), Bell 206B3 helicopters to be donated to the government of Colombia for INL, specifically the Colombian National Police, program purposes. The NAICS code applicable to this acquisition is 336411. This acquisition is unrestricted. 2. REQUIRED ITEMS Three (3) to Four (4) not in new condition Bell 206B3 helicopters with configurations and specifications as detailed in Attachment A. In accordance with the attached justification, posted in accordance with FAR 6.305, only Bell 206B3s are acceptable, no other aircraft will be considered. The contractor shall provide all required labor, personnel, management, materials & equipment, etc. to provide the aircraft to the USG. Contractor to provide support as appropriate in accordance with all warranties. 3. INSPECTION INFORMATION Prior to final delivery and acceptance, all aircraft will be inspected and approved by the USG, and must conform to the configuration and specifications outlined above. The inspection by the USG prior to acceptance will include a joint inspection with the host nation and a FAA Authorized Service technician that is contracted by the USG to be a technical representative. The inspection will occur at a facility specified by the contractor where a test flight can be performed by the contractor. The offeror will be responsible for the costs of moving the aircraft to this location. The offeror, prior to the initial inspection, will provide to the USG proof of aircraft insurance, maintenance and flight personnel insurance. USG will accept no liability until after the aircraft are delivered and accepted. The inspection will include: review of aircraft documentation (listed below) and airframe inspection. Fifteen calendar days prior to the inspection, documentation must be submitted, electronically to the CO, to show that the aircraft are FAA approved to fly with any and all modifications which have been made and which would require any alterations to the airframe, flight characteristics, weight and balance and/or basic flight procedures. Documentation must be submitted to show that all aircraft have been maintained by the approved manufacturer's maintenance program and appropriate regulatory guidance. All installed components must be in an operational condition, and all repairs must be IAW Federal Aviation Regulations by FAA licensed Airframe and Powerplant mechanics. All aircraft historical records will be in compliance with FAA requirements and accompany the aircraft during the initial joint inspection. Aircraft will have documentation at the time of inspection that certifies that the aircraft has completed a 100h/ 300h/1200 hours inspection, a 12- months inspection, and all factor safety and service bulletins applied. In order for the aircraft to be approved (and later accepted) by the Government, the offeror must show proof of ownership at the time of inspection, and demonstrate that no-liens exist against the aircraft. During the inspection, the contractor must provide a local site test, including test flight, demonstrating that the helicopters and all systems are functional. These tests will include maintenance operation checks and functional flight testing according to the OEM's manuals. The test flight will be conducted by a pilot provided by the contractor accompanied by a USG representative in an observer capacity. 4. TITLING OF AIRCRAFT The Government will not provide a good faith deposit for an escrow account as is sometimes industry practice for sale of aircraft. The Offeror will be required to hire and pay for the services of a title company if necessary to transfer title to the Government. The Offeror is ultimately responsible for the entire process and paperwork with the FAA to get the aircraft registered properly and for the transfer of title to the Government. 5. AIRCRAFT DELIVERY AND ACCEPTANCE After the aircraft have been inspected and the USG certifies in writing that all of the inspection criteria have been met, the Offeror will disassemble, transport, and deliver all of the aircraft. The USG will perform the final inspection at the final destination. 5.1. REQUIRED DELIVERY DATE: The maximum delivery period is 270 calendar days after receipt of award. If an export license is required, all items shall be delivered no later than 270 calendar days after receipt of export license, and the vendor must promptly apply for the export license after receipt of award. 5.2. DELIVERY TERMS: FOB Destination. Partial deliveries may be approved by the Government. Any lost or damaged equipment during shipment shall be replaced by the contractor upon notification. The contractor shall include pricing for each of the following alternate delivery locations, one will be selected by the Government upon award: A.USG's designated Freight Forwarder, Goldbelt Specialty Service, LLC 2115 NW 115 Ave Miami, FL, 33172 B.Colombian National Police Aviation Base in Guaymaral, Bogota, Colombia Note: The US Embassy's preferred delivery location is directly to Guaymaral, Bogota, Colombia. All deliveries made to Miami require onward transportation by the US Embassy to Bogota. As described in Section 8.2 of this combined solicitation / synopsis, the costs for onward transportation from Miami to Bogota will be added for evaluation purposes to quotations for delivery to Miami. The items being acquired will be donated to the government of the ultimate destination, Colombia. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. Price must include delivery to the above-mentioned addresses and compliance with all applicable export licensing requirements. If an export license is required, the items shall not be shipped until necessary export license is received. 5.3. PACKING AND MARKING REQUIREMENTS: Improperly done (marked, packaged, etc.) shipments will be rejected by the Government and returned at the Contractor's expense. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the "lead" or number one box/carton/package, or individually attached to the outside of each box/carton/package. In addition, a copy of the packing list and commercial invoice shall be provided to Ms. Adriana Rodriguez at rodrigueza3@state.gov. This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: "Guidelines for Regulating Wood Packaging Material in International Trade" (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor's expense. If you have any question regarding this requirement, please contact the Contracting Officer. For transport to the Freight Forwarder in Miami, the aircraft shall be placed into short-term storage in accordance with Bell Helicopters Textron Standard Procedures Manual. The main rotor blades and main rotor hub should be packaged separately in the appropriate container. For transport to Guaymaral, Bogota, Colombia, there are no specific requirements on storage configuration or shipment, and the aircraft can be assembled, for final inspection and acceptance, on site by the contractor or their representative. 6. INL SOURCE-NATIONALITY RESTRICTIONS 6.1. The source and nationality restrictions found in 22 CFR 228, as adopted by INL, apply to this RFQ. The contractor shall promptly notify the Contracting Officer and COR of any instance in which a waiver is required. The contractor shall identify the particular commodities or services needed, the country of source and nationality, the estimated dollar value, and provide documentation necessary to obtain a waiver under subpart D of 22 CFR 228. 6.2. For purposes of performance, the contractor shall assume that no source or nationality waiver will be provided. Failure of INL to provide a source or nationality waiver shall not discharge the contractor of its contractual responsibilities and shall not form the basis for any claim or request for contract adjustment. 7. EXPORT RESTRICTIONS 7.1. The Contractor shall comply with all U.S. export control laws and regulations, including but not limited to the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. Contractor performance entails compliance with all applicable requirements/regulations/laws of the United States Export Administration, ITAR and any other US or Colombian licensing/governing authorities. Further, performance shall include compliance with, and providing all required licensing to transport, export, and train personnel (as necessary) regarding the Bell 206B3 helicopters, as well as their equipment. 7.2. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance. 7.3. The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed in Colombia where the foreign person will have access to export-controlled technical data or software. 7.4. The Contractor shall be responsible for all regulatory recordkeeping requirements associated with the use of licenses and license exemptions/exceptions. 7.5. The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors. 7.6. Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations. 8. EVALUATION OF QUOTATIONS: 8.1. FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) will not be used. The following will be used to evaluate quotes. The USG will evaluate quotations and make an award resulting from the quotation to the responsible vendor(s) whose quote conforms to the solicitation and is determined to be most advantageous to the Government, price and other factors considered. 8.2. For evaluation purposes, Colombian Value Added Tax (IVA) will be deducted, if included, from offered prices. INL Bogota has established procedures in place to recoup IVA in Colombia. Additionally, for evaluation purposes the price of items delivered to Miami will be adjusted upward to account for the costs of onward transportation from Miami to Bogota by the US Embassy. 8.3. The Government reserves the right to reject a quotation that is technically unacceptable, unreasonably high in price, or missing required information. 8.4. To be considered for award, the contractor must be determined by the Contracting Officer to be responsible in accordance with the standards described in FAR 9.104-1. 8.5. To be considered for award, the contractor must be registered in SAM (www.sam.gov). Exceptions to this requirement are enumerated in FAR 4.1102. 8.6. Award will be made for up to three separate awards as necessary to meet this requirement. The Government may make partial awards. The three or four helicopters offered that are determined to be most advantageous to the Government will be awarded. This can result in one award if one offeror proposes the three or four most advantageous aircraft, or it can result in up to three separate awards if the most advantageous offers are for a quantity of less than four helicopters. 8.7. FAR Provision 52.217-4 Evaluation of Options Exercised at Time of Contract Award applies to this solicitation. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. 8.8. The fourth helicopter, the option, will or will not be exercised at the time of award only, it is not an option which a successful offeror would need to keep open or available to the Government for any period of time after award. 9. QUOTATION MUST INCLUDE THE FOLLOWING: 9.1. PRICE: Unit and extended prices, inclusive of delivery charges. Quotes may be for only one helicopter or for up to four helicopters, also quotes can include pricing for only a single delivery location if your company is unable or unwilling to deliver to one of the locations. Price information shall be submitted utilizing the following line item structure: CLINDescriptionQtyUnitUnit PriceExtended Price 001Bell 206B3 Helicopter #11EA(insert)(insert) 001aDelivery to Miami1LT(insert)(insert) 001bDelivery to Guaymaral1LT(insert)(insert) 002Bell 206B3 Helicopter #21EA(insert)(insert) 002aDelivery to Miami1LT(insert)(insert) 002bDelivery to Guaymaral 1LT(insert)(insert) 003Bell 206B3 Helicopter #31EA(insert)(insert) 003aDelivery to Miami1LT(insert)(insert) 003bDelivery to Guaymaral 1LT(insert)(insert) 004Bell 206B3 Helicopter #4 (Option)1EA(insert)(insert) 004aDelivery to Miami1LT(insert)(insert) 004bDelivery to Guaymaral 1LT(insert)(insert) 9.2. DESCRIPTION: 1.Technical specifications and product data to verify the quoted product meets the required specifications; product literature may be provided. Quotation must demonstrate compliance with all required features. 2.Warranty information on major components and avionics including a detailed explanation of warranty coverage 3.Proposed delivery time, stated in terms of number of calendar days after purchase order issuance, or number of calendar days after receipt of export license (if applicable) 4.Proposed site/facility (name and address) where pre-delivery inspection can be conducted and discussion of how your company will secure arrangements to host the inspection at this site. 5.Confirmation and description of aircraft meeting requirement that aircraft has completed a 100h/ 300h/1200 hours inspection, a 12- months inspection, and all factor safety and service bulletins applied. 6.Confirmation and description of aircraft meeting requirement that all limited life components will have at least 50% of the lifetime remaining and all component overhaul intervals will have at least 50% of hour/calendar time remaining. 7.Confirmation and description of aircraft having not flown more than 10,000 hours since new. 8.Valid aircraft serial numbers of proposed helicopters. 9.Notarized statement that the aircraft is free and clear of any known liens or judgments. 9.3. COMPANY INFORMATION: Include company name, address, website (if available), telephone number, and POC information. Include DUNS number and statement that the company is registered in SAM. Provide documentation demonstrating company is authorized to supply and export the aircraft. 9.4. CERTIFICATIONS: Completed certifications (FAR 52.212-3 and 52.209-7) or statement that the certifications are available in SAM (www.sam.gov). Completion of Defense Base Act Certification (DOSAR 652.228-70), as applicable, if services will be required on site in Colombia. 9.5. PAST PERFORMANCE: A list of contracts within the last three (3) years for the provision, shipment, and exportation (when applicable) of comparable aircraft and support to federal or commercial customers. The list shall include contact information (name, organization, email, and phone) and be limited to no more than five (5) references. Include information on company performance and experience maintaining and modifying helicopters, transporting, exporting and importing similar materials internationally, and maintaining and operating Bell 206s. 10. ADDITIONAL INFORMATION AND REQUIREMENTS: 10.1. All responsible sources may submit a quotation which shall be considered by the Department of State. This solicitation number SWHARC14Q0029 is issued as an RFQ under subpart 12.6 and 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-72. 10.2. This RFQ incorporates one or more clauses and provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause or provision may be accessed electronically at these addresses: FAR clauses/provisions may be accessed at: http://acquisition.gov/far/index.html DOSAR clauses/provisions may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm These addresses are subject to change. You may also use an Internet "search engine" (e.g., Yahoo, Google, etc.) to obtain the latest location of the most current FAR and DOSAR. 10.2.1. The following FAR clauses and provisions are incorporated by reference. 52.204-7, Central Contractor Registration 52.204-13, Central Contractor Registration Maintenance 52.209-7, Information Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items The following clauses are selected under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns [Does not apply if the order, together with all of its subcontracts, will be performed entirely outside of the United States and its outlying areas]; 52.219-9, Small Business Subcontracting Plan [Applies if FAR clause 52.219-8 applies and subcontracting possibilities exists]; 52.219-16, Liquidated Damages-Subcontracting Plan [Applies if FAR clause 52.219-9 applies]; 52.219-28, Post Award Small Business Program Rerepresentation [Applies if contract will be performed in the United States or its outlying areas]; 52.222-3, Convict Labor [Applies if order is to be performed in the United States, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, or the U.S. Virgin Islands]; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities [Applies if FAR clause 52.222-26 applies]; 52.222-26, Equal Opportunity [See FAR 22.807 for Exemptions]; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans [Does not apply if work is performed outside the United States by employees recruited outside the United States]; 52.222-36, Affirmative Action for Workers with Disabilities [Does not apply if both performance of the work and the recruitment of workers will occur outside the United States, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island]; 52.222-37, Employment Reports on Veterans [Applies if FAR clause 52.222-35 applies]; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act [Does not apply to work performed exclusively outside the United States]; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.214-34, Submission of Offers in the English Language 52.227-14, Rights in Data - General 52.227-19, Commercial Computer Software License 52.229-6, Taxes -- Foreign Fixed-Price Contracts 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) 10.2.2. The following DOSAR clauses and provisions are incorporated by reference. 652.206-70, Competition Advocate/Ombudsman (AUG 1999) (DEVIATION) 652.219-70, Department of State Subcontracting Goals (APR 2004) [Applies only if a Subcontracting Plan is required. See FAR clause 52.219-9] Fill-in paragraph (b): For the fiscal year 2014, the Department's subcontracting goals are as follows: (1) Goal for subcontracting to SB: 38% (2) Goal for subcontracting to SDB: 5% (3) Goal for subcontracting to SWB: 5% (4) Goal for subcontracting to HUBZone Firms: 3% (5) Goal for subcontracting to SDVO: 3% 652.219-72, Department of State Mentor-Protégé Program (APR 2004) 652.225-70, Arab League Boycott of Israel (AUG 1999) 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988) [Applies to prospective contractors located inside the United States when the acquisition involves export of supplies to an overseas post] 652.229-71, Personal Property Disposition at Posts Abroad (AUG 1999) 652.242-71, Notice of Shipments (JUL 1988) [Applies to orders performed outside the United States when overseas shipment of supplies will be required] 652.242-72, Shipping Instructions (DEC 1994) [Applies to US sources when overseas shipment of supplies will be required] 652.242-73, Authorization and Performance (AUG 1999) 652.243-70, Notices (AUG 1999) 11. QUOTATION DUE DATE Quotations are due by the date and time stated on the FedBizOpps website. Quotations must be submitted electronically to the Contracting Officer, Rachel Carria Gaspard, at gaspardrc@state.gov. All questions regarding this RFQ shall be submitted via email to Ms. Gaspard. Identify your questions and/or quotation as a response to solicitation number SWHARC14Q0029. Questions must be received at least two business days prior to the synopsis / solicitation closing date and time. 12. AWARD TYPE The Government will award firm-fixed-price purchase order(s) for the requirements identified in this RFQ, the Government may award up to four purchase orders as necessary to meet this requirement. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award. Note: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce70050c2cacb50bb52085f501161c90)
 
Place of Performance
Address: Miami, Florida and/or Bogota, Colombia, Bogota, Colombia
 
Record
SN03315547-W 20140322/140320234614-ce70050c2cacb50bb52085f501161c90 (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.