SOLICITATION NOTICE
J -- Repair of Unmanned Aerial Vehicle - Attachment
- Notice Date
- 6/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Interior Business Center, AQD Division 4/ Branch 1 300 East Mallard Drive Suite 200 Boise ID 83706
- ZIP Code
- 83706
- Solicitation Number
- D15PS00539
- Response Due
- 6/30/2015
- Archive Date
- 7/15/2015
- Point of Contact
- Watson, Helen
- Small Business Set-Aside
- Total Small Business
- Description
- D15PS00539 TITLE: Repair of Unmanned Aerial Vehicle (UAV) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 (Acquisition of Commercial Items) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotations are being requested and a written solicitation will not be issued. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-82. FORMS AND ATTACHMENTS ARE NOT POSTED IN FEDBIZOPPS - INTERESTED OFFERORS MUST USE THE FEDCONNECT LINK BELOW TO ACCESS THE COMPLETE SOLICITATION. This solicitation is set-side for small businesses. One firm-fixed-price contract will be awarded. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code is 488190, with a small business size standard of $32,500,000. IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR'S SCHEDULE NUMBER. DESCRIPTION OF REQUIREMENT: Inspect, repair, replace parts as needed, and restore the UAV to an airworthy state. UAV was damaged in a catapult launch. All maintenance performed must be in accordance with Federal Aviation Administration (FAA) and manufacturer requirements. To be awarded a contract, the successful bidder must have experience in performing Unmanned Aerial Vehicle maintenance repairs in accordance with manufacturer and Federal Aviation Administration requirements, have a valid Tax Identification Number, DUNS Number (through DUN and BRADSTREET), and be Registered with the System for Award Management(SAM). The successful bidder must also be willing to either accept payment via Government purchase card or to submit invoices online electronically through the U. S. Department of the Treasury's Invoice Processing Platform system (IPP). The IPP website address is: https://www.ipp.gov. If electronic invoicing method is selected, payment will be via electronic funds transfer from the U.S. Treasury to the vendor's banking account cited in their SAM registration. The solicitation incorporates provisions and clauses 52.204-7,52.204-13, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.213-3, 52.225-7, 52.225-25, 52.233-4, 1452.215-71, (Department of the Interior Acquisition Policy Release) and Department of the Interior Acquisition Policy Release (DIAPR) 2011-04. Offers shall include the solicitation number, an itemized list of proposed repair items with associated cost, the proposed total price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, DUNS number, business size status. The Government will evaluate all acceptable offers. Evaluation factors are technical acceptability of offer, past performance, relevant organizational experience, and price. One firm-fixed-price contract will be awarded. THIS SECTION ALSO POSTED ON SF-1449: Inspect, repair, replace parts as needed, and make the UAV airworthy (UAV was damaged in a crash). Repairs known to be needed include the following items: 1. Repair Super Bat 2845 damaged in catapult release. 2. Replace Engine. 3. Repair/upgrade 2 x catapults. 4. 5 x new ac batteries. 5. New catapult shipping crates. 6. Upgrade Super Bat to DSLR payload. 7. 2 x laptops for GCS operation - fully rugged. 8. Labor rate for additional repairs, if any. 10 additional hours will be used only for the purpose of proposal evaluation. Only actual labor hours required will be included in the final order. 9. Percentage mark-up rate for additional parts, if any. An additional parts allowance of $750.00 multiplied by one plus the mark-up percentage offered will be used only for the purpose of proposal evaluation. Only actual parts required will be included in the final order. (Example: If markup is 10%, $750 will be multiplied by 1.10 to calculate parts marked up total cost of $810.) 10. Shipping - Government shipping account number will be provided in the final order. DELIVERY: 1. Delivery date target - No later than July 31, 2015. 2. Deliver to Boise, Idaho. ADDITIONAL INFORMATION: If interested offeror has questions, please contact the Contracting Officer: Helen Watson, phone 208-890-5448, email Helen_Watson@ibc.doi.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/78a456454dd766df618aecb421d8c6ae)
- Record
- SN03777790-W 20150628/150626234707-78a456454dd766df618aecb421d8c6ae (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 |