MODIFICATION
16 -- OVERHAUL MAIN LANDING GEAR BRAKE ASSEMBLY NOAA AOC, MACDILL AFB, FL
- Notice Date
- 6/29/2015
- Notice Type
- Modification/Amendment
- 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
- NMAN6000-15-01306
- Archive Date
- 8/5/2015
- 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
- Total Small Business
- Description
- This is amendment 01 which corrects the NAICS code to 488190 - other Support Activities for Air Transportation. This is a commercial 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 requires overhaul of main landing gear brake assemblies for WP-3 aircraft. 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.NMAN6000-15-01306. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-81. The FAR (52) and CAR (1352) clauses and provisions incorporated into this acquisition are: CLAUSES 52.203-3 Gratuities (APRIL 1984) 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-13 System For Award Management Maintenance (JULY 2013) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) Section (b)(1),(2),(4),(8),(9),(14i),(18),(22),(28),(29),(33),(40),(41),(50),(c)(6),(7) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.247-34 FOB Destination (NOV 1991) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-71 Limitation of Future Contracting (APR 2010) 1352.209-72 Restrictions Against Disclosure (APR 2010) 1352.209-73 Compliance With the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.246-70 Place of Acceptance (APR 2010) (NOAA, Aircraft Operations Center, MacDill AFB, FL) 1352.270-70 Period of Performance (APR 2010) (60 days after receipt of assembly) Text File - Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) PROVISIONS 52.204-7 System for Award Management (JUL 2013) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) - 1352.209-70 Potential Organization Conflict of Interest (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) James Rhodes, US Department of Commerce, Office of the General Counsel, 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) 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 (SOW): See attachment to this notice PRICE/QUOTE: This is a purchase for services. The Department of Labor Wage Determination for the area in which the work will be completed will be a part of any purchase order issued as a result of this request for quote. The line items will be quoted and completed in accordance with the terms and conditions and specifications specified. Prices quoted for contract line item numbers shall be fixed-price inclusive of all costs. CLIN 0001 - Base Year: Date of award thru one year thereafter Overhaul P-3C Main Landing Gear Brake Assembly to original equipment manufacturer specifications per SOW NSN: 1630-00-927-1773 Part numbers 2-1109 or 680835-101 To include inspect test and certify brake assembly as Ready for Installation upon completion of work. Crate and pack brake assembly for long term storage. Ensure that a completed FAA 8130 tag accompanies the overhauled unit. Estimated Qty 2 ea Unit Price $_______Amount $_________ CLIN 0002 - Base Year: Date of Award thru one year thereafter Over and Above - parts and labor. The Not-To-Exceed amount is to be determined by the Government. Regular Labor Rate $________/hr Overtime Labor Rate $___________/hr New Parts Discount _______% or Markup ______% from cost Materials Discount________% or Markup ______% from cost CLIN 0003 - Option Year One: end of base year thru one year thereafter Overhaul P-3C Main Landing Gear Brake Assembly to original equipment manufacturer specifications per SOW NSN: 1630-00-927-1773 Part numbers 2-1109 or 680835-101 To include inspect test and certify brake assembly as Ready for Installation upon completion of work. Crate and pack brake assembly for long term storage. Ensure that a completed FAA 8130 tag accompanies the overhauled unit. Estimated Qty 2 ea Unit Price $_______ Amount $________ CLIN 0004 - Option Year One: end of base year thru one year thereafter Over and Above - parts and labor. The Not-To-Exceed amount is to be determined by the Government. Regular Labor Rate $________/hr Overtime Labor Rate $___________/hr New Parts Discount _______% or Markup ______% from cost Materials Discount _______% or Markup ______% from cost CLIN 0005 - Option Year Two: end of option year 1 thru one year thereafter Overhaul P-3C Main Landing Gear Brake Assembly to original equipment manufacturer specifications per SOW NSN: 1630-00-927-1773 Part numbers 2-1109 or 680835-101 To include inspect test and certify brake assembly as Ready for Installation upon completion of work. Crate and pack brake assembly for long term storage. Ensure that a completed FAA 8130 tag accompanies the overhauled unit. Estimated Qty 2 ea Unit Price $________ Amount $______ CLIN 0006 - Option Year Two: end of option year 2 thru one year thereafter Over and Above - parts and labor. The Not-To-Exceed amount is to be determined by the Government. Regular Labor Rate $________/hr Overtime Labor Rate $___________/hr New Parts Discount _______% or Markup ______% from cost Materials Discount _______% or Markup ______% from cost CLIN 0007 - Option Year 3: end of option year 2 thru one year thereafter Overhaul P-3C Main Landing Gear Brake Assembly to original equipment manufacturer specifications per SOW NSN: 1630-00-927-1773 Part numbers 2-1109 or 680835-101 To include inspect test and certify brake assembly as Ready for Installation upon completion of work. Crate and pack brake assembly for long term storage. Ensure that a completed FAA 8130 tag accompanies the overhauled unit. Estimated Qty 2 ea Unit Price $________ Amount $_______ CLIN 0008 - Option Year 3: end of option year 2 thru one year thereafter Over and Above - parts and labor. The Not-To-Exceed amount is to be determined by the Government. Regular Labor Rate $________/hr Overtime Labor Rate $___________/hr New Parts Discount _______% or Markup ______% from cost Materials Discount _______% or Markup ______% from cost CLIN 0009 - Option Year 4: end of option year 3 thru one year thereafter Overhaul P-3C Main Landing Gear Brake Assembly to original equipment manufacturer specifications per SOW NSN: 1630-00-927-1773 Part numbers 2-1109 or 680835-101 To include inspect test and certify brake assembly as Ready for Installation upon completion of work. Crate and pack brake assembly for long term storage. Ensure that a completed FAA 8130 tag accompanies the overhauled unit. Estimated Qty 2 ea Unit Price $________ Amount $_______ CLIN 0010 - Option Year 4: end of option year 3 thru one year thereafter Over and Above - parts and labor. The Not-To-Exceed amount is to be determined by the Government. Regular Labor Rate $________/hr Overtime Labor Rate $___________/hr New Parts Discount _______% or Markup ______% from cost Materials Discount _______% or Markup ______% from cost Delivery: FOB Destination 60 days after receipt of assembly from AOC (shipping to AOC included in above prices) Submission of Quote Signed and dated quotes must be submitted. Quotes must be received on or before 11:30 AM Central time on July 21, 2015. Quotes may be e-mailed to: Ronald.F.Anielak@noaa.gov A quote submitted in response to this combined synopsis/solicitation must include prices to be considered responsive to this request: 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/NMAN6000-15-01306/listing.html)
- Place of Performance
- Address: contractor's facility, United States
- Record
- SN03780312-W 20150701/150629235556-e24d2e737e7189c18a3d33fb36498f6d (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 |