Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2004 FBO #1095
SOLICITATION NOTICE

J -- AIRCRAFT MAINTENANCE - LAKE RENEGADE SEAWOLF

Notice Date
11/23/2004
 
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
WC1330-05-RQ-1079JAA
 
Response Due
1/7/2005
 
Archive Date
2/11/2005
 
Description
The U.S. Department of Commerce/NOAA/Aircraft Operations Center, MacDill AFB, Tampa, FL intends to solicit quotes for aircraft maintenance for a Lake Renegade Seawolf (LA-27), Serial No. 126, FAA registration N64RF. The aircraft shall require full maintenance support for the upcoming 12-month period with options to extend the contract support services for 2 consecutive 12-month periods. The aircraft?s primary mission is to support the National Ocean Service?s (NOS), Channel Islands National Marine Sanctuary (CINMS) which is located in Santa Barbara, CA. The airframe has approximately 1700 cycles since new and averages 200-300 hours a year under Part 91. NOAA?s Aircraft Operations Center (AOC) in Tampa, FL manages the aircraft, which is operated along the coast of California. The aircraft will be delivered by the Government to the Contractor?s facility for maintenance. The contractor shall furnish all labor, materials, equipment, special tools and facilities to comply with the manufacturer?s phase inspections as per the Manufacturer?s Maintenance Manual and miscellaneous maintenance as may be authorized. Services will be performed in accordance with a Government provided Statement of Work. The service requirements include, but are not limited to: 50 hour inspections, 100 hour inspections, new brake lines, fuselage and rear hatch repair work, repair radar altimeter, replace rudder trim indicator, replace left wing fuel indicator, airframe, engine and avionics repairs. The Contractor shall be responsible for completing all FAA and AOC required documentation to obtain all necessary FAA certifications and approvals for return to service. INSURANCE REQUIREMENTS: The Contractor shall, at its own expense, be responsible for maintaining hull liability insurance of no less than $300,000 to ensure against loss to Government property. The Contractor must provide the Government with written documentation certifying such insurance is in affect prior to award of this order. FAA APPROVED: The maintenance contractor must provide proof that the facility performing the required service is a FAA approved repair station. Minimum Contractor Requirements: Must have performed work on the same model aircraft within the past 12 months Must have performed a 100 hour inspection on the same model aircraft in 12 months Must submit a copy of the FAA Repair Station Certificate Must submit proof of insurance Contractor must be within 1 hour flying time from the Santa Barbara, California International Airport This solicitation will be conducted as a Commercial Item acquisition in accordance with Federal Acquisition Regulations (FAR) Part 12. The Department of Labor Service Contract Act wage determination for the area in which the work is to be completed shall be applicable. The NAICS code for this acquisition is 488190. This acquisition is will be unrestricted. The Small Business Administration size standard is $6,000,000. The solicitation packet for this acquisition should be available on or about December 8, 2004. Firms interested in receiving a copy of the solicitation should submit a written request to the Original Point Of Contact shown below. Requests will be accepted via facsimile or e-mail as shown below. NO PHONE REQUESTS WILL BE ACCEPTED. The CASC Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Original Point of Contact Jane Allen, Contract Specialist, Phone (816) 426-7456 ext. 225, Fax (816) 426-5067, E-mail jane.a.allen@noaa.gov Place of Performance
 
Place of Performance
Address: Contractor's Facility
Country: USA
 
Record
SN00712163-W 20041125/041123211713 (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.