SOLICITATION NOTICE
J -- OVERHAUL REPAIR MAIN LANDING GEAR TWIN OTTER
- Notice Date
- 7/2/2008
- Notice Type
- Combined Synopsis/Solicitation
- 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, Missouri, 64106
- ZIP Code
- 64106
- Solicitation Number
- NAAN6000-8-40704
- Archive Date
- 8/6/2008
- Point of Contact
- Ronald F Anielak,, Phone: 816-426-2115, Donita S. McCullough,, Phone: (816)426-7400
- E-Mail Address
-
ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, FL. The requirements are to complete main landing gear inspections, overhaul, and repair on a DHC-6-300 Twin Otter based at AOC, MacDill AFB, FL. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. DOC, CASC 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 firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are encouraged to go on-line at www.bpn.gov to complete its representations and certifications. This notice is hereby issued as RFQ No.NAAN6000-8-40704. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-26. CLAUSES AND PROVISIONS The FAR (52) and CAR (1352) clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (APR 2008) 52.212-3 Offeror Representations and Certifications Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2008) Section (b) (5i), (16), (18), (19), (21), (24i), (31), (36); Section (c) (1) and (2) Aircraft Mechanic $33.50/hr 52.247-34 F.O.B. Destination (NOV 1991), 52.216-31 Time & Material/Labor Hour Proposal Requirements-Commercial Item Acquisition (FEB 2007), 1352.228-70 Insurance Coverage (MAR 2000) (delete reference to 52.228-5 within the clause, 1352.228-72 Deductibles under Required Insurance Coverage (MAR 2000) 1352.233-70 Harmless from Liability (MAR 2000) 1352.201-70 Contracting Officer's Authority (MAR 2000) 1352.252-70 Regulatory Notice (MAR 2000) FAR clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. STATEMENT OF WORK: a) SCOPE. The contractor will provide all special tools, parts, facilities, equipment, and certified technical staffing needed to accomplish a complete main landing gear Inspection, Overhaul, and Repair. Perform work on Twin Otter Main Landing Gear, part numbers C6UM1110-7 serial number S30197 (left hand) and C6UM1110-8 serial number 40093 (right hand) as removed from Dehavilland DHC-6-300 Twin Otter tail number N57RF serial 688. Time since overhaul (TSO) is 3461 hours. Last overhaul was performed 11/17/2001. CLIN 0001: Perform complete inspection and provide teardown discrepancy report for main landing gear in accordance with DHC-6 Components Maintenance Manual PSM 1-6-6A. CLIN 0002: During the initial inspection of the landing gear, the contractor will evaluate the condition of the gear and overhaul it to zero time. All main landing gear components and parts including axles, stays, compression blocks, bolts, fittings, bushings, washers, bearings, and any miscellaneous parts, consumables, and tools are to be provided by the contractor. All Mandatory Service Bulletins and Airworthiness Directives pertaining to the landing gear shall be complied with at the time of the inspection. The main landing gear assemblies that will be provided have previously undergone the "D" Check Inspection in accordance with Maintenance Manual PSM 1-63-2, page 203-207, including service Bulletin 6/380. Contractor must be certified as a Federal Aviation Administration approved repair station for the accessories and equipment on which the work is being performed. The Government will be responsible for shipping the main landing gear to the contractor's facility. All work shall be accomplished in accordance with the current manufacturer and Federal Aviation Administration publications. Contractor will be responsible for all documentation including return to service. Acceptable performance period is not to exceed 45 calendar days for inspections, overhaul, and repair combined. Contractor will be responsible for shipping the overhauled and repaired main landing gear back to the Government. b) OVER AND ABOVE (CLIN 0003). The Contractor is responsible for documenting and reporting all discrepancies that are found during inspections that are not a part of a complete routine overhaul and repair of one set of DHC-6-300 Twin Otter main landing gear. Any part or component that has not reached its recommended service life, but fails inspection and needs to be replaced and is not included in a routine overhaul is considered over and above. The tear down discrepancy report must include (as a minimum): - Description of each discrepancy found; - Number of person-hours per discipline required to complete each discrepancy; - Hourly rate for personnel performing the work; - Parts cost less the percentage discount, if any; - Total dollar amount for each discrepancy; and - Total dollar amount for the complete list of discrepancies. The COR will be responsible for reviewing the list of discrepancies and making a recommendation to the Contracting Officer, to either accept or decline the Contractor's proposal. The Contractor shall not proceed with correcting any discrepancies without prior approval from the Contracting Officer's Representative. Funds for these services will be specified at the time of award and included in contract line item number (CLIN) 0003. The dollar amount stated in the schedule for CLIN 0003 will represent an estimated total, not- to- exceed amount, to cover charges for over and above items. The Government will pay invoices for over and above items out of the funds allocated and authorized on CLIN 0003. This paragraph applies only to CLIN 0003. It is not possible prior to contract award to accurately estimate the extent and duration of work or to anticipate costs for CLIN 0003 with any reasonable degree of confidence. Therefore, time and materials provides for acquiring these services on the basis of direct labor hours and cost of materials. Direct labor hours are at specified fixed hourly rates that include wages, overhead, general and administrative expenses, and profit. Cost of materials includes parts and appropriate material handling costs. The price to be paid for material shall be based on an established catalog or list price in effect when material or other product is furnished, less all applicable discounts to the Government. In no event shall the price exceed the contractor's sales price to its most favored customer for the same item in like quantity, or the current market price, whichever is lower. c) INSURANCE. The contractor shall at its own expense, provide and maintain liability and hull insurance of not less than $130,000.00 to replace the landing gear or equipment being inspected or repaired in the event the property should be damaged or lost during shipping or repair. Contractor shall provide the Contracting Officer 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: 1. For such a period as the laws of the State or Providence in which this work is to be performed prescribe and, 2. Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. d) CONTACT: AOC, LT Kristie Twining, Tel. No. 813-828-3310 x3096 PRICE/QUOTE: This is an order for commercial services. The line item(s) will be quoted and completed in accordance with the terms and conditions and specifications specified herein including standard commercial warranty for all work and parts. The Department of Labor Service Act Wage Determination for the area in which the work is to be completed shall be applicable. Offerors can obtain wage determinations for their area by accessing the following website: www.dol.gov/wagedeterminations. Prices quoted for contract line item numbers (CLINs) 0001 and 0002 shall be firm-fixed-price inclusive of all costs. CLIN 0003 is on a time-and-materials basis. LINE ITEM 0001: Complete Main Landing Gear Inspection of DHC-6-300 Twin Otter, N47RF, in compliance with Airworthiness Directive 94-04-14. This includes providing a separate teardown discrepancy report for each landing gear in accordance with DHC-6 Components Maintenance Manual PSM 1-6-6A. This CLIN is on a firm fixed price basis. One (1) JOB $___________ LINE ITEM 0002: Complete Routine Overhaul and Repair of one set (left & right) of DHC-6-300 Twin Otter main landing gear in accordance with the manufacturer's (DeHavilland) maintenance manual. This CLIN is on a firm fixed price basis. One (1) JOB $ _____________ LINE ITEM 0003: Over and Above repairs including parts and labor. This CLIN is on a time and materials basis. Contractor exceeds the amount determined at time of award at its own risk. One (1) JOB $ NOT TO EXCEED VALUE TO BE DETERMINED BY THE GOVERNMENT AT TIME OF AWARD LOADED LABOR RATE PER HOUR (regular rate) $_______________ LOADED LABOR RATE PER HOUR (overtime rate) $_______________ PARTS DISCOUNT OFF LIST PRICE: ____________________ PERIOD OF PERFORMANCE: not to exceed 45 calendar days for inspections/overhaul/repair combined. It is required that the combined work be completed no later than October 1, 2008. Propose a schedule for completing the initial inspection and for completing all work given that the Government will issue a Notice To Proceed within 10 days after receiving the inspection teardown report. Inspection/Teardown Report Proposed Start Date: ___________ Inspection /Teardown Report Completion Date: _________ Overhaul/Repair Proposed Start Date: __________ Overhaul/Repair Proposed Completion Date: ____________ Signed and dated quotes must be submitted. Quotes must be received on or before close of business July 16, 2008. Quotes may be faxed to 816-274-6951 Attn: Ron Anielak or e-mailed to ronald.f.anielak@noaa.gov. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. A completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (annual certification may be made at http://orca.bpn.gov and included with your quote), 2. Proof of Insurance in the amount required, 3. Provide copy of documentation to show it is certified as a FAA Repair Station for Twin Otter, 4. Past Performance References (no more than 3), and 5. Pricing Information and proposed start and completion dates. The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12. The evaluation of quotes shall be based on the offeror's responsiveness to the items listed, offeror's price proposal and the offeror's ability to exhibit an understanding of the requirements included in this RFQ. The expense for shipping the main landing gear to the contractor will be estimated and borne by the Government. The estimated cost will be a consideration during evaluation. Price is less important than other non-cost items. The Government will award the purchase order to the contractor that is the best value for the work in a manageable location that meets scheduling needs. All responsible offerors may submit a response to this notice that will be considered by the agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2283e216dba50c628d88951931402268&tab=core&_cview=1)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN01606399-W 20080704/080702221601-f85a4e75d6ef59ebadccc80a58df2d41 (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 |