SOLICITATION NOTICE
16 -- PT6A-27 ENGINE OVERHAUL - CONTRACT
- Notice Date
- 12/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC1330-06-RP-0033JAA
- Response Due
- 1/11/2006
- Archive Date
- 2/28/2006
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Part 12.6, supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; therefore, proposals are being requested within twenty (20) calendar days after issuance of this notice. A written solicitation will NOT be issued. This solicitation is from the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Florida, for the acquisition of services to overhaul Pratt and Whitney, PT6A ? 27 engines. The AOC currently operates multiple aircraft equipped with PT6A-27 engines. At this time, there is a total of six (6) engines that will require overhaul services as each engine reaches the point of Time Between Overhaul (TBO) hours (3600 hours). This Request for Proposal (RFP) WC1330-06-RP-0033JAA is intended to identify qualified Contractors capable of providing all the labor, materials, equipment, special tools and facilities to overhaul the Government?s PT6A-27engines to a zero-time-since-overhaul status. This RFP is being issued with the intent of awarding an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with an initial three (3)-year base period of performance with a minimum obligation value of $100,000 and two (2) 1-year option periods, each with a minimum obligation value of $50,000. The IDIQ will identify base rates to be charged for performing overhaul services per Pratt and Whitney?s overhaul manual. The first Task Order to be issued under the IDIQ is also included in this Combined Synopsis and will be evaluated per the evaluation criteria identified herein. This RFP is issued as a 100% small business set-aside. This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06. Signed and dated proposals must be submitted to the U. S. Department of Commerce, National Oceanic and Atmospheric Administration, Central Region Acquisition Division, Attn: Jane A. Allen, 601 East 12th Street, Rm 1756, Kansas City, Missouri 64106. Proposals must be received on or before 2:00 p.m. January 11, 2006. Proposals may be faxed to 816-274-6993 - Attn: Jane A. Allen. Offeror?s sending a proposal via fax must follow up with one (1) originally signed proposal and three (3) additional copies in the mail postmarked no later than 2:00 p.m. January 11, 2006. SCOPE OF SERVICES: A.1 Overhaul Services The Contractor shall disassemble the engines and perform an inspection as required under the Pratt and Whitney PT6A-27 overhaul manual. Once the engines have been disassembled at the overhaul facility, the Contractor will provide the Government with a tear down inspection report that includes the extent of the inspection, condition of all major components, remaining routable life limits, outstanding service bulletins and airworthiness directives that must be complied with, and any recommendations for maintenance actions for the prevention of further expenses to the Government. All overhaul services must be performed in accordance with the Pratt & Whitney PT6A-27overhaul manual. The Contractor shall replace all parts recommended by the manufacturer for replacement at each overhaul regardless of their apparent condition; this includes but is not limited to gaskets, packing rubber parts, lock washers and tab locks. Only FAA approved parts are to be used. Parts Manufacturer Approved (PMA) parts are preferred. Any life limited part or component that has not reached its recommended service life, but fails inspection and needs to be replaced will be treated as an over-and-above discrepancy. Since the government cannot determine which parts or components, if any, meet this criteria, Offerors are required to provide the loaded hourly labor rate to be charged the Government for over-and-above discrepancies. Secondly, Offerors are required to provide the discount percentage to be applied to both new and overhauled replacement parts. PMA parts are acceptable. The Contractor will be responsible for documenting and reporting all over-and-above discrepancies to the Contracting Officer Representative (COR) or the Assistant Contracting Officer Representative (ACOR) (the COR and ACOR are both members of the AOC staff). The documentation must include: ? Description of each discrepancy found ? Number of man-hours per discipline required to complete each discrepancy ? Hourly rate for personnel performing the work ? Parts costs (Show list price minus appropriate discount percentage) ? Total Dollar Amount for each discrepancy ? Total Dollar Amount for complete list of discrepancies The COR will be responsible for reviewing the list of discrepancies and making a recommendation to either accept or decline the Contractor?s proposal. In the event additional work is recommended to the Contracting Officer (CO) by the COR, a formal approval document will be prepared by the CO and presented to the Contractor. Therefore, no additional work shall be performed on the aircraft without prior approval from the CO. Once the overhaul is complete the Contractor will run the engines on a test cell prior to certifying it ready for re-installation on the aircraft. The Contractor shall be responsible for all FAA and AOC required documentation. Government owned parts, equipment, and property shall be returned to the Government. The cost of shipping the returnables shall be the responsibility of the Government. During the term of this Contract, the Contractor may be required to subcontract portions of the inspection, maintenance, overhaul or repair work. In the event, such subcontracting becomes necessary, the Contractor shall notify the Government in advance of such subcontracting and provide the Government with the name, and any other requested information, of the proposed subcontractor. The Government reserves the right to initiate, and approve or disapprove, any subcontractor. A.2 Engine Delivery Delivery of the engines requiring overhaul services can be accomplished as follows: Option 1. The Government may elect to have the Contractor remove and re-install the engines at the Contractor?s overhaul facility. If so, the Government will fly the aircraft to the overhaul facility for removal of the engine and installation of a loaner engine. Once the overhaul services have been completed, the Government will fly the aircraft back to the overhaul site for removal of the loaner engine and re-installation of the overhauled engine. Option 2. The Government may elect to remove the engine requiring overhaul services, crate it and transport it to the Contractor?s overhaul site. The Contractor would be responsible for providing the Government with a crate suitable for shipping the PT6A-27 engines to the Contractor?s overhaul facility for services. The Contractor would also be responsible for shipping loaner engines to the Government for installation and use while the overhaul services are being performed. Once the Government?s engines have been completely overhauled, the Contractor would be responsible for shipping the overhauled engine back to the Government for re-installation in the aircraft. The Government would de-install the loaner engine and return it in the crate provided by the Contractor. The Contractor shall be responsible for all expenses incurred for the crates and transportation charges (including insurance during transport). An alternate option for engine delivery may be agreed upon by the parties at any time during the term of this contract. A.3 Scheduling Scheduling of services shall be the responsibility of the Government and will be identified within the Statement of Work issued as part of each Task Order awarded hereunder. A.4 Insurance Against Loss or Damage to Government Property: The Contractor shall, at its own expense, provide and maintain hull liability insurance of not less than $2,000,000.00 to cover the aircraft on which this work will be performed. Before award of this Contract, the Contractor shall provide to the CO written documentation that the required insurance has been obtained. The policies evidencing the required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government?s interest shall not be effective: - For such a period as the laws of the State in which this work is to be performed prescribe; or - Until 30 days after the insurer or the Contractor gives written notice to the CO, whichever period is longer. A.5 Parts and Warranties: The Contractor shall provide all replacement parts, materials, and consumables. However, the Government reserves the right to provide the same, if advantageous at any time during the Contract. The Government will make the final determination on whether new, new surplus, overhauled, repaired, or serviceable parts will be installed on the aircraft. Parts and components in an ?as removed? status will not be installed on the aircraft. Offeror must provide a proof of their ability to provide a warranty of 500 hours or one year of service, whichever occurs first. A.7 FAA, OEM Certification and Minimum Contractor Requirements: The Contractor shall provide all special tools, facilities, equipment, and certified factory trained technical staffing to perform work under this Contract. Minimum requirements for consideration under this engine overhaul services contract are listed below: Minimum Contractor Requirements ? Must provide evidence of having the ability to perform an overhaul PT6A-27 engine overhaul services in accordance with the Pratt and Whitney overhaul manual. ? Must submit a copy of FAA Repair Station Certificate(s). ? Must submit a copy of a current PT6A-27Aircraft Service Center Certificate. ? Must have factory trained technicians on staff that will be responsible for performing the overhaul services described in this RFP. ? Must be able to provide references of having performed overhaul services on a PT6A-27 engine within the past 12 months (Reference to include: Company name, address, contact person?s name and phone number, date of completion or status.). ? Must provide an overview of the work shifts provided in a 24 hour period (indicate overtime shifts). ? Must submit proof of insurance in accordance with requirements contained in CAR Clause 1352.228-70. ? Ability to assign Key Personnel (i.e. Service Manager, Lead Technician, Contract Administrator) to work with the COR and CO. ? Must provide location of overhaul facility. A.8 Submittal of Invoices: Contractor shall submit invoices to the NOAA/Aircraft Operation Center, Attention: ______________, COR, Contract No. _____________ (To be supplied at time of award), 7917 Hangar Loop Drive, Hangar 5, MacDill AFB, FL 33621-5401. All invoices will be reviewed by the COR to determine that all services shown on the invoice have been received, accepted and ready for invoice payment release. CLAUSES & PROVISIONS 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 FAR and CAR clauses and provisions incorporated into this acquisition shall be: 52.203-3 Gratuities (Apr 1984); 52.204-4 Printed or Copied Double Sided on Recycled Paper (Aug 2000); 52.212-4 Contract Terms and Conditions ? Commercial Items (Sept. 2005); 52-215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data ? Modifications Alt. IV (Oct 1997) (Offers for modifications must be provided in accordance with the price structure of this agreement and within the aircraft down time as agreed upon by the parties. Any deviation from this format must be documented with industry data acceptable to the Government.); 52.232-17 Interest (June 1996); 52.232 18 Availability of Funds (Apr 1984); 52.242-15 Stop-Work Order (Aug 1989); 52.245-2 Government Property (Fixed Price Contracts) (May 2004); 52.247-30 F.O.B. Origin, Contractor?s Facility (Apr 1984); 1352.201-70 Contracting Officer?s Authority (March 2000); 1352-201.71 Contracting Officers Technical Representative (COR) (March 2000) (To be provided at time of award); 1352.208-70 Printing (March 2000); 1352.209-71 Organizational Conflict of Interest (March 2000); 1352.209-73 Compliance With The Laws (March 2000); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Sept. 2005) (b) Items 1, 7,14, 16, 17, 18, 19, 20,21, 23, 26 and 31; (c) Items 1 and 2 (example: Aircraft Mechanic $33.50 per hour ? equivalent wage rates available at www.wdol.gov); 1352.215-70 Period of Performance (The base period of performance shall be for 36 months following the date of award.); 1352.216-70 Contract Type (March 2000) (The Government contemplates awarding a firm fixed price contract for services); 52.216-18 Ordering (Oct 1995); 52.216-22 Indefinite Quantity (Oct 1995); 52.217-8 Option to Extend Services ((Nov 1999) (The CO may exercise the option by written notice to the Contractor within 60 calendar days prior to the expiration of the current performance period); 52.217-9 Option to Extend The Term of the Contract (Mar 2000); 1352.228-70 Insurance Coverage (Mar 2000) (Refer to Section A.4 of the Statement of Work); 1352.228-72 Deductibles Under Required Insurance Coverage (Mar 2000); 1352.233-70 Harmless From Liability (Mar 2000); 1352.233-73 Key Personnel (Mar 2000) (The Contractor shall assign the following Key Personnel under the contract to fulfill positions identified as: Service Manager/Director of Maintenance ? this person would be responsible for scheduling and meeting the technical needs of the engine to return to service; Lead Technician Crew Chief/Mechanic? this person should be capable of providing overhaul services on the PT6A-27 engine; Contract Administrator ? this person should not be in the maintenance department and would work directly with the CO on contractual issues); 1352.237-70 Reports (Mar 2000) (Refer to Section A.8 of the Statement of Work); 1352.246-70 Inspection and Acceptance (Mar 2000)(Inspection and Acceptance will take place at the contactor?s facility unless otherwise agreed upon by the parties); 1352.252-70 Regulatory Notice (Mar 2000); 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar 2005); 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005); 52.212-2 Evaluation ? Commercial Items (Jan 1999) The following criteria shall be used to evaluate offers. During the evaluation process, the Technical Capability (consisting of Business Proposal, Engine Delivery/Scheduling and Past Performance) shall be considered equally as important as Price.: Technical Capability including: Business Proposal - Offeror?s proposal must include all requirement documentation and demonstrate the Offeror?s capability to comply with all requirements identified in Section A herein; Engine Delivery/Scheduling ? Offeror must exhibit the ability to work with the COR in coordinating engine overhaul services to meet the requirements contained in Section A.; and Past Performance? Offeror must provide references (including the organization?s name, address, phone number, type of service performed, completion date and a contact person?s name and phone number) of organizations for which they have performed PT6A-27 engine overhaul services for within the past 12 months. Price ? The price proposal must include a firm fixed price for the items identified on the Schedule of Prices for the IDIQ Contract as well as prices for the Schedule of Prices for Task Order 0001 identified in Exhibit 1. The price will be evaluated based on the proposed pricing for both elements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest prices Offeror or to the Offeror with the highest technical score if the CO determines that to do so would result in the best value to the Government.); 1352.215-71 Proposal Preparation (Mar 2000) (The Offeror must provide 1 original, marked as such, and 3 copies of the proposal. The proposal must be organized as follows: Volume I ? Business Proposal: This portion of the proposal must exhibit the Offeror?s capability to meet the requirements contained herein, the proposal acceptance period and must be signed by an authorized representative on behalf of the Offeror. Volume II ? Technical This volume must address the technical and management aspects of the proposal as detailed in the Section A. pertaining to the overall service requirements, service center accreditation, past performance information, proof of insurance, and a list of Key Personnel that would be assigned to manage, schedule and perform the work under this Contract. In addition, the Technical Proposal must describe the Offeror?s ability to meet the maintenance/service scheduling requirement for this aircraft as described in Section A and any and all other requirements identified in this solicitation. Volume III - Price ? must include the completed Schedule Of Prices and the Wage Determination for the geographical area in which the work is to be performed. 1352.215-73 Inquiries (Mar 2000); 1352.215-75 Basis For Evaluation (Mar 2000) (This is a best value, competitive requirement. Award will be made to the Offeror whose offer conforms to the solicitation requirements, which is determined responsible in accordance with the Federal Acquisition Regulations (FAR) by possessing the financial and other capabilities to fulfill the requirements of the Contract; and whose proposal is judged, by an integrated assessment of price and other evaluation factors listed herein, to be the most advantageous to the Government. The Government will use the best value trade-off process in determining which offer is in the best interest of the Government in accordance with the FAR. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract depending on the quality of the proposal(s) submitted and the availability of funds. The Government reserves the right to award without discussion based solely upon the initial proposals.); 52.233-2 Service of Protests (Aug 1996) ((a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Jane A. Allen, DOC, NOAA, Central Region Acquisition Division, 601 E. 12th St., Rm. 1756, Kansas City, Missouri 64106. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.); 1352.233-71 Service of Protests (Mar 2000) (An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site:http://oamweb .osec.doc.gov/conops/reflib/alp 1296 .htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority.) Agency protests filed with the Contracting Officer shall be sent to the following address: William J. Becker, Contracting Officer, DOC, NOAA, Central Region Acquisition Division, 601 E. 12th St., Rm. 1756, Kansas City, Missouri 64106 If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce, Office of the General Counsel, Contract Law Division--Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, N.W., Washington, D.C. 20230, Attn: Mark Langstein, Esq., FAX: 202-482- 5858). Full text of these CAR provisions is available upon written request by sending an email to mamie.l.wandick@noaa.gov 1352.252-71 Regulatory Notice (Mar 2000). Clauses and provisions listed herein may be obtained as follows: FAR Clauses and Provisions ? www.arnet.gov CAR Clauses and Provisions ? http://oamweb.osec.doc. gov/docs/DOC . AMENDMENT TO FOLLOW CONTAINING SOLICITATION INSTRUCTIONS AND SCHEDULE OF PRICING.
- Place of Performance
- Address: CONTRACTOR'S FACILITY
- Record
- SN00956764-W 20051224/051222211827 (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 |