Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
MODIFICATION

16 -- Replacement, Repair, and/or Overhaul of Parts for NOAA Twin Otter Aircraft - Amendment 2 - Amendment 3 - Amendment 1

Notice Date
11/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Norfolk, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
EA-133M-17-RQ-0011
 
Archive Date
11/29/2016
 
Point of Contact
James Rall, Phone: 757-441-6886, Arthur A. Hildebrandt, Phone: 7574416865
 
E-Mail Address
James.Rall@noaa.gov, andrew.hildebrandt@noaa.gov
(James.Rall@noaa.gov, andrew.hildebrandt@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Specifications--08 NOV 2016 Past Performance Questionnaire (UNCHANGED by amedment) Answers to Vendor Questions--08 NOV 2016 This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Subpart 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), Acquisition and Grants Office (AGO), Eastern Acquisition Division (EAD) - Norfolk Office. The requirement is for the replacement, repair, and/or overhaul of parts and components and ancillary services for the NOAA Twin Otter aircraft, for an indefinite delivery/indefinite quantity (IDIQ) contract (ten [10] one-year ordering periods). This notice constitutes the only Request for Quotation (RFQ). This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All quotes must be received via mail or email to the attention of James Rall, Contract Specialist, by 2:00 PM Eastern Standard Time (EST) on November 14, 2016. The email address is james.rall@noaa.gov and andrew.hildebrandt@noaa.gov. The DOC/AGO/EAD - Norfolk Office requires that all contractors doing business with this office be registered with the System for Award Management (SAM). An award cannot be made unless the vendor is registered in SAM. For additional information, and to register in SAM, please access the following website: https://www.sam.gov/. In order to register with SAM and to be eligible to receive an award from this acquisition office, all offerors must first have a Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number. A DUNS number may be acquired free of charge at the following website: http://fedgov.dnb.com/webform. This notice is hereby issued as RFQ EA-133M-17-RQ-0011. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 488190, Other Support Activities for Air Transportation. This is a 100% Total Small Business Set-aside The DOC/AGO/EAD - Norfolk Office requests responses from qualified sources capable of providing the replacement, repair, and/or overhaul of parts and components and ancillary services for the NOAA Twin Otter aircraft as described in the SPECIFICATIONS attachment. The ordering period is ten (10) years from the date of award (ten [10] one-year ordering periods). The delivery location is variable; however, NOAA's GIV aircraft is based at the Aircraft Operations Center (AOC), currently located at MacDill Airforce Base in Tampa, Florida. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. PRICE/QUOTE: This is for an IDIQ contract for commercial parts/supplies and ancillary services, to include delivery, Installation, and telephonic Aircraft-on-Ground "Hot Line" assistance (as required) that are necessary to maintain operational status of NOAA DHC-6 Twin Otter aircraft. The lines items will be quoted and completed in accordance with the specifications, provisions, and clauses as specified herein, to include warranty for all work and parts. The Government intends to award an IDIQ contract in order to establish firm-fixed price task orders. LINE ITEM 0001: BASE-ORDERING PERIOD. New Parts: _______% markup from cost Serviceable Parts: _______% markup from cost Overhauled Parts: _______% markup from cost Overhauled Exchanged (with repairable core plus exchange fee): _______% markup from cost Repaired Parts: _______% markup from cost Contractor Manufactured Parts: Labor: _______ per hour Materials: _______% markup from cost LINE ITEM 0002: ORDERING YEAR TWO (2). New Parts: _______% markup from cost Serviceable Parts: _______% markup from cost Overhauled Parts: _______% markup from cost Overhauled Exchanged (with repairable core plus exchange fee): _______% markup from cost Repaired Parts: _______% markup from cost Contractor Manufactured Parts: Labor: _______ per hour Materials: _______% markup from cost LINE ITEM 0003: ORDERING YEAR THREE (3). New Parts: _______% markup from cost Serviceable Parts: _______% markup from cost Overhauled Parts: _______% markup from cost Overhauled Exchanged (with repairable core plus exchange fee): _______% markup from cost Repaired Parts: _______% markup from cost Contractor Manufactured Parts: Labor: _______ per hour Materials: _______% markup from cost LINE ITEM 0004: ORDERING YEAR FOUR (4). New Parts: _______% markup from cost Serviceable Parts: _______% markup from cost Overhauled Parts: _______% markup from cost Overhauled Exchanged (with repairable core plus exchange fee): _______% markup from cost Repaired Parts: _______% markup from cost Contractor Manufactured Parts: Labor: _______ per hour Materials: _______% markup from cost LINE ITEM 0005: ORDERING YEAR FIVE (5) New Parts: _______% markup from cost Serviceable Parts: _______% markup from cost Overhauled Parts: _______% markup from cost Overhauled Exchanged (with repairable core plus exchange fee): _______% markup from cost Repaired Parts: _______% markup from cost Contractor Manufactured Parts: Labor: _______ per hour Materials: _______% markup from cost LINE ITEM 0006: ORDERING YEAR SIX (6) New Parts: _______% markup from cost Serviceable Parts: _______% markup from cost Overhauled Parts: _______% markup from cost Overhauled Exchanged (with repairable core plus exchange fee): _______% markup from cost Repaired Parts: _______% markup from cost Contractor Manufactured Parts: Labor: _______ per hour Materials: _______% markup from cost LINE ITEM 0007: ORDERING YEAR SEVEN (7) New Parts: _______% markup from cost Serviceable Parts: _______% markup from cost Overhauled Parts: _______% markup from cost Overhauled Exchanged (with repairable core plus exchange fee): _______% markup from cost Repaired Parts: _______% markup from cost Contractor Manufactured Parts: Labor: _______ per hour Materials: _______% markup from cost LINE ITEM 0008: ORDERING YEAR EIGHT (8) New Parts: _______% markup from cost Serviceable Parts: _______% markup from cost Overhauled Parts: _______% markup from cost Overhauled Exchanged (with repairable core plus exchange fee): _______% markup from cost Repaired Parts: _______% markup from cost Contractor Manufactured Parts: Labor: _______ per hour Materials: _______% markup from cost LINE ITEM 0009: ORDERING YEAR NINE (9) New Parts: _______% markup from cost Serviceable Parts: _______% markup from cost Overhauled Parts: _______% markup from cost Overhauled Exchanged (with repairable core plus exchange fee): _______% markup from cost Repaired Parts: _______% markup from cost Contractor Manufactured Parts: Labor: _______ per hour Materials: _______% markup from cost LINE ITEM 0010: ORDERING YEAR TEN (10) New Parts: _______% markup from cost Serviceable Parts: _______% markup from cost Overhauled Parts: _______% markup from cost Overhauled Exchanged (with repairable core plus exchange fee): _______% markup from cost Repaired Parts: _______% markup from cost Contractor Manufactured Parts: Labor: _______ per hour Materials: _______% markup from cost CLAUSES AND PROVISIONS The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (OCT 2014) 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) 52.212-4 Contract Terms and Conditions (JUN 2010)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2011), Section (b) (1), (2), (4), (6), (7), (11), (13), (15), (21), (24), (25), (26), (27), (28), (29), (30), (31), (32), (36), (45) 52.216-2 Economic Price Adjustment-Standard Supplies (JAN 1997) 52.216-18 Ordering (OCT 1995) 52.216-19 Order Limitations (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.217-8 Option to Extend Services (Nov 1999) 52.247-34 FOB Destination (NOV 1991) FAR clauses and provisions are available on the internet website: https://www.acquisition.gov/?q=browsefar Offerors shall include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.216-74 Task Orders (APR 2010) 1352.216-75 Minimum and Maximum Contract Amounts (APR 2010) 1352.216-76 Placement of Orders (APR 2010) 1352.237-71 Security Processing Requirements - Low Risk Contracts 1352.246-70 Place of Acceptance (APR 2010) (DOC/NOAA/AOC/MacDill AFB, FL) 1352.270-70 Period of Performance (10 Year Ordering Period to commence at award of the contract) CAR clauses and provisions are available on the internet website: http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl RFQ SUBMISSION This announcement will close at 2:00 PM Eastern Standard Time (EST) on November 14, 2016. Addendum to 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) 1)Inquiries - Inquiries and all correspondence concerning this solicitation document should be submitted in writing to James Rall, at james.rall@noaa.gov, and Andrew Hildebrandt, at andrew.hildebrandt@noaa.gov, by 2:30 EST on November 3, 2016. The Government is not required to provide responses to vendor's inquiries or correspondence. 2)Quote Preparation The following instructions apply for the submission of quotes: a.Quotes shall be submitted in three separate volumes: Volume I - Technical Volume II - Past Performance Volume III - Price b.The technical volume shall not contain any reference to price. It is incumbent upon the vendor to provide a technical volume in sufficient detail to provide a clear and concise presentation that includes, but is not limited to, the technical requirements of the Request for Quote (RFQ). c.The Government will evaluate quotes in accordance with the evaluation criteria set forth in FAR 52.212-2 of this RFQ. 3)Quote Instructions a.Technical: Each vendor shall submit a technical submission that contains the following information: i.Capability Statement (10 Page Limit) - Vendor shall describe its ability to adhere to the required delivery requirements as well as its capability to meet all the specifications of this requirement. To this end, the Technical Capability statement should be sufficiently specific, detailed and complete so as to clearly and fully demonstrate that the offeror has a thorough understanding of the requirements; ii.FAA Repair Station Certification - Vendor must provide a copy of its and, if applicable, its subcontractor's FAA Repair station Certificate coving Twin Otter DHC-6-300 aircraft. Vendor shall include the number and type of FAA Repair Station Certificates covering airframe, power plant, avionics, and instruments; iii.Proof of Insurance of $2,500,000.00 at a minimum; b.Past Performance: Past performance will be used as a means of evaluating the relative capability of the vendor to successfully meet the requirements of this solicitation. Vendors are required to provide information on no more than five (5) of the firm's most recently completed contracts/orders (not to exceed five (5) years since completion) for like or similar work. Vendors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation. Each Vendor shall submit, in writing, information on past performance (Attachment 02). Vendors shall provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation. The Vendor is required to send Attachment 02, Past Performance Questionnaire, to those government and commercial activities provided by the vendor's in their submission. The information shall be completed by the references who will then forward the completed questionnaires: James Rall james.rall@noaa.gov (Cc andrew.hildebrandt@noaa.gov) U.S. Department of Commerce/NOAA/ERAD The Government will not accept Questionnaires directly from the vendors, only Questionnaires submitted on time and from vendor's references will be accepted. The Government will conduct a past performance evaluation based upon the past performance of the vendor as it relates to the probability of vendor to provide the Government with quality service as covered within the solicitation. Vendors are cautioned that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephonic and/or written inquiry. This information may include Contractor Performance Assessment Reporting System (CPARS); Past Performance Information Retrieval System (PPIRS) reports, the Federal Awardee Performance and Integrity System (FAPIIS), or past performance information from any source. The burden of providing thorough, complete, and relevant past performance information rests with the vendor. Any Past Performance Questionnaire(s) received at the Government office designated herein after the exact time specified for receipt of past performance information is "late" and may not be considered for evaluation. If the vendor possess no relevant past performance, it should affirmatively state so in the quote. Vendors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the submission with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous submission to the Government and thus, may be an unsuccessful submission when compared to the submissions of other Vendors having an satisfactory (or better) past performance. c.Price: The vendor shall submit all information required in the line items included within this solicitation. In addition, the vendor will submit prices for the items listed under B.1 of Attachment 01: Specifications (Partial List of Projected Components to be ordered for DHC-6-300 Twin Otter [Exchange, Overhauled, and New]) as a sample delivery order. Quote for each item in the sample delivery order will be for the quoter's choice of the following: exchanged, overhauled, OR new items. All sample delivery orders are to include markups as provided in the line items with the solicitation. The quoted prices for the sample delivery order will be added together and used to determine the vendor's price for evaluation purposes only and to determine reasonableness. 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: •Technical •Past Performance •Price Technical Approach and Past Performance, when combined, are significantly more important than price. However, the Government will not award at significantly higher prices to only achieve slightly better performance. The Government will assess the benefits or better performance versus the added price through trade-off analysis. As non-price factors become equal-price becomes increasingly important. (b) A written notice of award or acceptance of a quote, 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. ATTACHMENTS TO MODIFICATION 01: Specifications-EA-133M-17-RQ-0011-TwinOtter Parts IDIQ-REVISED 8NOV2016 02: Answers to Vendor Questions in Response to RFQ EA-133M-17-RQ-0011--8NOV2016 03:Past Performance Questionnaire FINAL-EA-133M-17-RQ-0011 (UNCHANGED) ******* End of Amended Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-133M-17-RQ-0011/listing.html)
 
Place of Performance
Address: Various, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04323637-W 20161110/161108235030-f7e646c02fafab2132eb39f658bfc90c (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.