Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2004 FBO #1082
SOLICITATION NOTICE

J -- NOAA AOC, Cessna Citation II, Phase Inspections and Repairs

Notice Date
11/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133005RP1021
 
Response Due
1/1/2005
 
Archive Date
1/16/2005
 
Description
The National Oceanic and Atmospheric Administration?s (NOAA?s) Aircraft Operations Center (AOC) operates, maintains, and modifies a Cessna Citation II (CE-550) aircraft, FAA Registration number N52RF, serial number 550-0021, unit number 11. The aircraft is based at MacDill AFB, Florida, but operates throughout the United States and its territories. The aircraft is used primarily for instrumentation research and development and to obtain precision aerial photography in support of NOAA. Two aerial survey ports have been incorporated under Butler/Avcon STC SA2040CE. The aircraft is also under the overweight STC. The airframe has approximately 7800 hours/5900 cycles since new and averages 350 to 400 hours a year under Part 91. The referenced solicitation is for a base year and 2 option years for phase/calendar inspections, repairs and routine maintenance. This work includes scheduled and un-scheduled maintenance, avionics, paint and interior repair, servicing, inspection and repair on an as needed basis. All work will be completed at Contractor?s facility. Government personnel will fly the aircraft to and from the contractor?s facility. The contractor shall be responsible for obtaining all necessary FAA certifications. The contractor shall carry aircraft hull insurance. The solicitation will be a best value commercial item acquisition conducted in accordance with Federal Acquisition Regulation (FAR) Part 12 and the lowest price technically acceptable source selection process. The solicitation will be unrestricted as to business size. Small Business Administration size standard is $6 million. NAICS code is 488190. Department of Labor Service Contract Act wage determination for the area in which the work will be completed will be applicable. Interested sources may request to be placed on the mailing list by providing a written request to receive the solicitation which may be faxed or e-mailed to Attn: Ron Anielak. Requests must include company name, address, phone number, and fax number. All responsible sources may submit a proposal which shall be considered by the agency.
 
Place of Performance
Address: Contractors Facility
Country: USA
 
Record
SN00706795-W 20041112/041110211733 (fbodaily.com)
 
Source
FedBizOpps.gov 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.