SOLICITATION NOTICE
J -- TWIN OTTER #) MONTH CORROSION AND EMMA INSPECTIONS FOR NOAA, AOC, MacDill AFB, FL - SOW FORMS - CORROSION AND EMMA INSPECTIONS - STATEMENT OF WORK
- Notice Date
- 12/4/2014
- 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
- NMAN6000-15-00463
- Archive Date
- 1/6/2015
- 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
- STATEMENT OF WORK - CORROSION AND EMMA INSPECTIONS SOW FORMS - CORROSION AND EMMA INSPECTIONS 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 (EAD-KC). The inspection requirements are for Twin Otter serial number N57RF operated by NOAA, Aircraft Operations Center, MacDill AFB, FL. The scope of work includes: 30-Month Corrosion Inspection and EMMA inspection and correction for deficiencies found. DOC/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 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. This notice is hereby issued as an unrestricted (open to other than small businesses) RFQ No. NMAN6000-15-00463. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-77. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 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 (MAY 2014), Section (b) (52) 52.247-29 FOB Origin (FEB 2006) 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) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.228-70 Insurance Coverage (APR 2010) (See Insurance paragraph in Statement of Work) 1352.228-72 Deductibles Under Required Insurance Coverage - Fixed Price (APR 2010) 1352.233-70 Agency Protests (APR 2010) (b) James Price, DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (c) DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1734, 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. 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) 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 SCHEDULE OF PRICES: This is an order for commercial services. The lines item will be quoted and completed in accordance with the terms and conditions and statement of work specified herein including warranty for all work and parts. Prices quoted for CLINs 0001 and 0002 shall be firm-fixed price inclusive of all costs. CLIN 0003 is on a time-and-materials basis. Department of Labor Wage Determination for the area in which the work is to be completed will apply only to any successful United Sates business. LINE ITEM 0001: 30 MONTH CORROSION INSPECTION (per A.2 of Statement of Work) Quantity: 1 Unit: JB Lump Sum Unit Price: $_____________US LINE ITEM 0002: EMMA #10 INSPECTION and Additional Inspections/Modifications (per A.2 of Statement of Work): Quantity: 1 Unit: JB Lump Sum Unit Price: $_______________US LINE ITEM 0003: OVER AND ABOVE DISCREPANCIES FROM INSPECTIONS IN CLIN 0001 AND 0002 - PARTS AND LABOR. (Per A.8 of Statement of Work) This CLIN is on a time and materials basis. A Not-to-Exceed (NTE) amount will be determined by the Government at time of award. Contractor exceeds that amount determined at time of award at its own risk. This line item is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. LOADED LABOR RATE PER HOUR (Regular rate) $_______________US LOADED LABOR RATE PER HOUR (Overtime rate) $_______________US NEW PARTS _______% DISCOUNT or __________% MARKUP FROM COST OVERHAULED PARTS _______% DISCOUNT or _________% MARKUP FROM COST SUPPLIES & CONSUMABLES ______% DISCOUNT or _______% MARKUP FROM COST RFQ SUBMISSION Signed and dated quotes must be submitted. Quotes must be received on or before 11:00AM central time December 22, 2014. Quotes may be e-mailed to: ronald.f.anielak@noaa.gov. Quotes may be faxed to 757-664-8344 Attn: Ron Anielak. 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 provide, discuss and address all 7 of the following criteria: Minimum Evaluation Technical Requirements 1. Must submit a copy of its FAA Repair Station Certificate or Canadian AMO Center Certificate covering Twin Otter DHC-6-300 aircraft and, 2. Must submit proof of insurance or the ability to obtain insurance in the amount of $2,000,000 in accordance with requirements contained in CAR Clause 1352.228-70. Contractors must first meet the above minimum evaluation technical requirements and then will be evaluated on the following Technical Evaluation Factors: 1.Past Performance Information. No more than 3 references from contracts of a similar scope that shows evidence of the quoter's ability to accomplish the required work. Must be able to provide references of having performed work on Twin Otter or similar type aircraft within the past 6 months. 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. 2.Provide ability to perform a 30 Month Corrosion and EMMA inspection and correction of deficiencies found on a Twin Otter aircraft within the time schedule required. 3.Provide number of factory trained technicians on staff. 4.Provide the number of non-overtime work shifts and total number of service hours available in a 24 hour day as well as the number of operating days per week. 5.Location: Provide address of the facility and/or FBO proposed for use in the contract. Proximity to the NOAA AOC is desired. The Government will award the contract to the contractor that is the best value for the work. All responsible businesses 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/NMAN6000-15-00463/listing.html)
- Place of Performance
- Address: contractor's faci;ity, United States
- Record
- SN03588094-W 20141206/141204235418-9fde902a557fe0aa19bce4b79392da7f (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 |