SOLICITATION NOTICE
X -- HANGAR LEASE FOR NOAA WP-3 AIRCRAFT AT HALIFAX, NOVA SCOTIA, CANADA
- Notice Date
- 10/30/2014
- 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
- NMAN6000-15-00244
- Archive Date
- 12/3/2014
- Point of Contact
- Ronald F Anielak, Phone: 816-426-2115, James E. Price, Phone: (816) 426-7464
- E-Mail Address
-
ronald.f.anielak@noaa.gov, james.e.price@noaa.gov
(ronald.f.anielak@noaa.gov, james.e.price@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a small purchase acquisition over $25,000.00. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this announcement. This is a solicitation for the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), located at MacDill AFB, FL. The government intends to issue a fixed price purchase order for lease of hangar space and services in the Halifax, Nova Scotia, Canada area for a WP-3 Lockheed Orion aircraft from on or about January 12, 2015 through on or about February 13, 2015. This notice constitutes the only Request for Quote (RFQ) and a written solicitation will not be issued. DOC, EAD-KC requires that all contractors doing business with this office be registered with 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 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. This notice is hereby issued as RFQ No. NMAN6000-15-00244. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-77. CLAUSES AND PROVISIONS The FAR (52) and CAR (1352) clauses and provisions incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JULY 2014) Section (b)(54) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational conflict of Interest (APR 2010) 1352.228-70 Insurance Coverage (APR 2010) 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://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0d557a63df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 STATEMENT OF WORK: a) BACKGROUND. The National Oceanic and Atmospheric Administration (NOAA) owns/operates three WP-3 Lockheed Orion (WP-3) aircraft in various locations throughout the United States, Mexico, and Canada. It has been determined that one of these WP-3 aircraft will be based out of the Halifax, Nova Scotia, Canada area to be operated in support of critical winter storm/ocean wind related research. Due to winter weather conditions in the Halifax area, it is necessary that the WP-3 aircraft be kept in a hangar during the period on or about January 12, 2015 through on or about February 13, 2015. The hangar will protect the aircraft and it's instrumentation from the environment as well as protects the flight crew and maintenance personnel while performing routine maintenance and pre and post-flight activities through the winter months. SCOPE: NOAA WP-3 aircraft will be operating out of Halifax, Canada in support of winter storms/ocean winds research. There will be several NOAA WP-3 mechanics in Halifax supporting the aircraft at all times except for short periods when the mechanic's services are requested to support aircraft in other locations. Only one WP-3 will be required in the hangar. The contractor shall provide heated hangar space for one (1) WP-3 having a wing span of 100 feet, length 116 feet and 39 feet high at the tail. Note that the aircraft is equipped with a 105 inch (8.75 ft) air chemistry nose boom sensor that extends from the forward fuselage and must be taken into account for both hangar length and towing operations. Heated hangar means that the hangar is maintained at a temperature above 40 degrees Fahrenheit. Flight crews shall have access to the aircraft 24 hours a day, 7 days a week. The contractor can determine if access will be available using on-site personnel that are available at any time, or if not available, issue keys to the flight crews for the hangar where the aircraft is stored. Security Clause 1352.239-72 does not apply to the SOW and a Security Accreditation Package is not required. The following services are requested as part of the hangar rental price. If there are extra charges or fees for any of these services in addition to the fixed base hangar rental price, provide separate pricing information for each item: 1) Ground support equipment use including: a) AC and DC external power unit, b) Ground service equipment on an as needed basis, c) Tow vehicle and driver for aircraft movement in and out of hangar. 2) Hangar amenities including: tools, equipment, consumables, phones, hi-speed internet access (non-dial up with at least a 1 Mbps download/upload speed), heat and DC power, 3) 24-hour access for maintenance and flight crew, 4) Storage space in hangar for extra gear and equipment 5 ft x 5 ft, 5) Acceptance of Multiservice Air Card for payment of incidentals. b) PERFORMANCE PERIOD. The hangar lease is required from on or about January 12, 2015 through on or about February 13, 2015. However, the Government reserves the right to depart early from the survey site and from use of the hangar without incurring any additional fees or penalties associated with departing earlier than February 13, 2015. At the conclusion of the lease, Government owned parts, equipment, and property shall be returned to the Government. c) INSURANCE. The contractor shall at its own expense, provide and maintain hull liability insurance of not less than $2,000,000.00 to cover the aircraft in the event of fire or any catastrophic damage to the hangar resulting in loss or damage to the aircraft. Contractor shall provide the Contracting Officer written documentation that the required insurance has been obtained along with a copy of the insurance certificate. d) CONTACT: AOC, LCDR Jason Mansour, Tel. No. 813-828-3310 x 3121 e) SUBMITTAL OF INVOICES. Contractor shall submit invoices to AOC using the address shown in block 15 of the Standard Form 1449 Solicitation /Contract/Order for Commercial Items to be issued at time of award. 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. Lease shall be in accordance with standard commercial practice. Prices quoted for contract line item number (CLIN) 0001 shall be fixed-price inclusive of all costs. Prices quoted for CLIN 0002 shall be per use. LINE ITEM 0001: Provide hangar space and services for a WP-3 per statement of work for period on or about January 12, 2015 through on or about February 13, 2015. Actual dates to be coordinated between contractor and NOAA Aircraft Operations Center. Total Lease Price For Performance Period $_____________ US LINE ITEM 0002: Additional Charges, if any. If there are other costs that are not listed contractor shall include on blank line provided. If there is no charge for an item listed, contractor shall so indicate. The Government will fund this line item with a not to exceed amount which the contractor exceeds at its own risk. All prices are in US dollars. Charge for hangar door opening: &________ per opening Maximum daily charge for door opening: $ ___________ Charge for power cart start: $___________ per start Charge for tow vehicle & driver: $___________per use Charge for forklift: $________________per use Charge for internet service, phone/fax/copier: $________ Charge for AC & DC external power unit: $______ per use Charge for Ground service equipment: $________ per use Charge for hangar escort normal hrs 0730 hrs to 1600 hrs Monday thru Friday (if needed): $ ____________ per hour Charge for hangar escort outside of normal hours Monday thru Friday $__________per hr - weekends $________per hr Additional charges not listed above: $______________ Signed and dated quotes must be submitted. Quotes must be received on or before 11:00 AM Central Time on November 18, 2014. Quotes may be e-mailed to: Ronald.F.Anielak@noaa.gov A quote submitted in response to this combined synopsis/solicitation must include the following in order to be considered responsive to this request: 1.Proof of insurance in the amount required. 2.Past performance references (at least one, no more than three). 3.Pricing information. 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 offeror's responsiveness to the items listed, offeror's price proposal and the offeror's ability to exhibit an understanding of the requirements. The Government will award the purchase order to the contractor that is the best value for the service. All responsible offerors may submit a response to this combined synopsis/solicitation which will be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-15-00244/listing.html)
- Place of Performance
- Address: contractor's facility, United States
- Record
- SN03562659-W 20141101/141031001049-64aa9d148a1f468a3c39870a1f264db4 (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 |