Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2010 FBO #2990
SOLICITATION NOTICE

16 -- COLLINS APS-65 AUTOPILOT SYSTEM FOR TWIN OTTER AIRCRAFT

Notice Date
1/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC133M-10-RQ-0266
 
Archive Date
3/4/2010
 
Point of Contact
Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
Sharon.Clisso@noaa.gov
(Sharon.Clisso@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 notice. This is a solicitation from the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City Office. The requirement is for supplying and installing Collins APS-65 autopilot system in the NOAA Twin Otter aircraft, N56RF, Serial Number 788. The use of the brand name "Collins" product is essential to the Government's requirements, hereby precluding consideration of a product manufactured by another company. The Twin Otter N56RF aircraft is currently equipped with a Collins APS-106 while all of the other NOAA Twin Otter aircraft are equipped with the Collins APS-65 autopilot system. The installation of the Collins APS-65 on the Twin Otter aircraft N56RF will standardize all four of the NOAA Twin Otter's avionics and intercommunications systems so they are consistent from plane to plane. This has two main advantages; it will minimize the training and re-familiarization of the system for the pilots using the aircraft and also make it more efficient to repair and service the systems as the Aircraft Operations Center (AOC) can keep an inventory of parts that can be used by any one of the aircraft. This will ultimately save down time and provide a consistent flight deck that will minimize distraction for the pilots who frequently rotate between the Twin Otters. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. DOC, Eastern Acquisition Division - Kansas City Office 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 Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at http://ORCA.BPN.GOV. This notice is hereby issued as RFQ WC133M-10-RQ-0266. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) [Paragraph (c) is amended from 30 days to 60 days] 52.212-2 Evaluation-Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) 52.212-4 Contract Terms and Conditions (MAR 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2009), Section (b) (1), (8)(i), (10), (18) (19), (20), (21), (22), (23), (24), (25), (33), (38),(c)(1), (c)(2) (equivalent rate for (c)(2) is aircraft mechanic $33.50/hour) 52.227-14 Rights in Data-General (DEC 2007) 52.247-34 F.O.B. Destination (NOV 1991) 1352.201-70 Contracting Officer's Authority (MAR 2000) 1352.233-70 Harmless from Liability (MAR 2000) 1352.252-70 Regulatory Notice (MAR 2000) FAR clauses and provisions are available on the internet website: http://www.acquisition.gov/far. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf PRICE/QUOTE: This is an order for commercial supplies. The lines item will be quoted and completed in accordance with the terms and conditions and statement of work specified herein. Prices quoted for the contract line items shall be firm-fixed price inclusive of all costs (FOB Destination at contractor's facility). LINE ITEM 0001: FURNISH COLLINS APS-65 AUTOPILOT SYSTEM (See details in Statement of Work) Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0002: INSTALL COLLINS APS-65 AUTOPILOT SYSTEM (See details in Statement of Work) Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0003: TROUBLE SHOOT EXISTING COMMUNICATION SYSTEM (See details in Statement of Work) Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0004: OVER AND ABOVE REPAIRS, LABOR, AND PARTS FOR DISCREPANCIES (See details in Statement of Work) LOADED LABOR RATE PER HOUR (Regular Rate) $_________________ LOADED LABOR RATE PER HOUR (Overtime Rate) $_________________ NEW PARTS DISCOUNT _____________% OVERHAULED PARTS DISCOUNT _____________% SUPPLIES & CONSUMABLES DISCOUNT _____________% Statement of Work: Introduction: This statement of work will address the remaining standardization issue on the NOAA DHC-6 Twin Otter aircraft. N56RF, S/N 788, is currently equipped with a Collins APS-106 while all of the other AOC Twin Otters are equipped with the Collins APS-65 Autopilot system. The APS-65 system affords a greater capability than the existing system and would eliminate flight crews having to review the operation of the APS-106 when they rotate into the aircraft. If necessary, current wiring diagrams and component layout photos can be supplied by NOAA, AOC. All items not stated explicitly as being government furnished equipment will be supplied by the contractor. All installations shall be conducted according to the manufacturers' specifications or supplemental type certificate (STC) as appropriate. All items which are functionally replaced shall be removed. Any components currently installed which can be used for this upgrade shall be. Unless explicitly stated, components removed from the aircraft shall be returned to NOAA, AOC. All items shall be installed to interface with the existing and proposed avionics as appropriate. The contractor shall be responsible for all documentation, per FAA 8110/337, and log book entries. Upon completion, the contractor shall furnish AOC with pilots operating manuals for the system installed and complete wiring diagrams of the installation. A review of the entire installation configurations will be approved by NOAA, AOC prior to the installation process. Background: The NOAA, AOC owns and operates four DHC-6 Twin Otter aircraft. Three are based in Tampa, FL and the other, N56RF, S/N 788, is based in Monterey, CA. All the aircraft operate throughout the United States, though foreign deployments are sometimes required. N56RF is predominately tasked with operations on the West Coast and Alaska. Scope: In order to meet its operational commitments, the Government requires all items to be completed and the aircraft returned to the Government in fully operational condition not later than January 31, 2011. The entire scope of work must be completed at a single Contractor's facility. NOAA personnel will fly the aircraft to and from the Contractor's facility. The Contractor shall provide all inspections, maintenance, repairs, and/or modifications, as required by the contract items. Modifications shall be done in accordance with DeHavilland DHC-6 and FAA publications. All materials used shall meet DeHavilland and/or FAA requirements for flammability and structural integrity as applicable. Kapton insulated wiring shall not be used for any new installation. The Contractor shall be responsible for all logbook entries. To the extent required by the FAA, all personnel performing work under this contract shall possess proper certification and training. A list of discrepancies from the inspections and operational work will be forwarded to the AOC Maintenance Officer and the AOC Contact Point. Resolution of discrepancies shall be accomplished on a time-and-materials basis. The replacement parts pricing arrangements and fully-loaded hourly labor rate established by Contractor's quote shall apply to all discrepancy resolutions and other over-and-above efforts resulting from the inspections, tests, and modifications performed. For this replacement avionics installation, the Contractor shall provide all documentation, including operating and maintenance manuals, wiring diagrams, and FAA certification. The contractor shall obtain FAA certification (Supplemental Type Certification [STC] or field approval [8110/337]) as necessary for all modifications. The Contractor shall obtain FAA authorization to return the aircraft to service following completion of this effort. The Government shall retain the right to use all Intellectual Property developed in the performance of this contract for any purpose deemed appropriate by the Government, in accordance with the referenced Federal Acquisition Regulation 52.227-14, Rights in Data-General. All items provided by the Contractor shall either be new or overhauled and shall be properly tagged in conformance with FAA regulations. The Contractor shall obtain instructions from the AOC Maintenance Officer or AOC Contact Point regarding the disposition of non-exchangeable items. Government Furnished Information (GFI) - The existing drawings for N56RF are applicable to the current configuration of systems related to or affected by the modifications to be done under the contract. Electronic or hard copies can be provided to interested Contractors upon request. Interested Contractors should contact the NOAA, AOC Contact Point (Lieutenant Commander Bradley Fritzler ph (831-647-4260) if they would like this information sent to them. This information shall be treated as property of the U.S. Government and prior to contract award, may be used by the Contractor solely for preparing a quote for this contract. After the contract's award, unsuccessful Contractors shall return this information to the NOAA, AOC. The Contractor, to whom award is made, shall return this information to the NOAA, AOC after project completion. Scheduling will be arranged cooperatively between the Contractor and NOAA, AOC. Existing discrepancies found by the Contractor will be documented and repaired at AOC's option, depending on schedule and funding. The specifications for Contract Line Item Numbers (CLINs) 0001 through 0004 are listed below. CLIN 0001 - Procure all parts and materials for Collins APS-65 Autopilot system for installation in N56RF. A. The Contractor shall obtain and provide parts, special tools, and any necessary materials necessary for installation of a Collins APS-65 autopilot system. B. In addition, an external annunciator panel shall be installed on the main cockpit avionics panel on the left side in the pilot's primary view. This shall repeat the indications that are shown on the unit's annunciators. CLIN 0002 - Install the procured Collins APS-65 Autopilot system and integrate into the existing avionics suite in N56RF. A. The system shall incorporate the Garmin GNS-530 #1 in both GPS and NAV (radio) modes. B. The system shall operate in heading mode via a selector switch so that either pilot or copilot controls heading input with their respective Horizontal Situation Indicator (HIS) heading bug. C. Any deviation from the installation in N56RF to the installation on the other NOAA DHC-6 aircraft must be addressed at the earliest opportunity and found acceptable by NOAA, AOC before the installation begins. CLIN 0003 - Troubleshoot existing problems in the communications system on N56RF. A. Isolate and repair ground reception clarity problems experienced with the Satellite phone system. B. Isolate and repair connectivity problems experienced with cabin headset connection box. C. Isolate and repair problem of #1 and #2 VHF radios interfering with each other when transmitting. CLIN 0004 - Over-and-Above Parts and Labor. The Contractor is responsible for documenting and reporting, at intervals acceptable to the AOC Contact Point, all discrepancies found during the required course of work on N56RF. Discrepancies that are not a part of the required course of work will be known as "over and above." Corrective actions are considered "over and above" items. Any part or component that has not reached its recommended service life, but fails inspection and needs to be replaced, is considered an "over and above" item. "Over and Above" 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 the complete list of discrepancies. The AOC Contact Point will be responsible for reviewing the list of "over and above" 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 "over and above" discrepancies without prior approval from the Contracting Officer. The Contractor shall bill all charges for "over and above" items on a separate invoice at the conclusion of repairs. Funds for the "over and above" items will be specified at the time of award and included in CLIN 0004. The dollar amount stated in the contract represents an estimated total, not to exceed amount to cover charges for the "over and above". The Government will pay invoices for "over and above" services out of the funds allocated and authorized on CLIN 0004. This paragraph applies only to CLIN 0004. It is not possible prior to contract award to accurately estimate the extent and duration of work or to anticipate costs for CLIN 0004 with any reasonable degree of confidence. Time and materials provide 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 appropriate material handling cost as part of material 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. Insurance: The Contractor shall, at its own expense, provide and maintain during the performance of this work, Hull & Liability (Hangar Keepers) insurance in the amount of at least $3,000,000. The policies evidencing 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: o For such a period as the laws of the State in which this work is to be performed prescribe; or o Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever is longer. Warranty: The Contractor shall provide warranty documents from parts manufacturers/overhaulers for the parts used as well as provide a warranty on the labor and installation of the components. FAA Certification: Contractor must provide proof of being a FAA Certified Avionics Repair Station. Period of Performance: NOAA AOC would like to have this work completed no later than January 31, 2011. The aircraft operational schedule allows for a limited timeframe for the work to be completed and the aircraft will not be available until after October 31, 2010. The compatibility of the aircraft's operational commitments with the Contractor's proposed timelines will be evaluated. Should Contractors need to inspect N56RF prior to contract award or before work is started on the aircraft, inspection personnel will need to travel to the plane's location and travel costs incurred will be at the Contractor's expense. Due to potentially long lead times, all parts and materials should be procured as soon as possible after award. Once parts are procured, the Contractor and NOAA AOC will coordinate the best time for the installation. Technical Evaluation Criteria: The Contractor shall provide quotes that include all associated costs, including parts and labor. 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, which are listed in descending order of importance, will be used to evaluate offers. FACTOR 1 - Technical A. Provide proof of being a FAA Certified Avionics Repair Station. B. Provide proof of having experience in doing this kind of installation. More consideration will be given to contractors who have experience with the DeHavilland DHC-6. C. Provide documentation on how often and how recently similar work as been completed. D. Provide information about work shifts available in a 24-hour period as well as work days available in a week. E. Provide information about level of technical support available after installation; response to problems, warranty work, malfunctions, capability for on-site repairs and handling trouble calls. F. Submit a proposed timeframe in which the work will be completed. The timeframe shall include, but not be limited to the following information: a) Proposed time of initial aircraft inspection-start and end dates. b) Proposed time of equipment acquisition and engineering (aircraft not required on site)-start and end dates. c) Proposed time of installation (aircraft required on site)-start and end dates. d) Proposed time of final system inspection/quality assurance-start and end dates. G. Provide location of where the work will be completed. More consideration will be given for a location closer to Monterey, CA because it lessens the time for AOC to get to and from the Contractor's facility. H. Provide proof of required insurance documentation or ability to acquire the required insurance. FACTOR 2 - Past Performance Must submit up to three references for recent and relevant contracts for the same or similar items (include contract numbers, points of contact with telephone numbers and other relevant information). Technical and past performance when combined, are slightly more important than price. As the technical ratings become more equal, price becomes more important. Conversely, as price proposals become more equal to one another, technical proposals will become a more important determining factor. NOAA will evaluate the offeror's proposed prices for fairness and reasonableness in relation to the solicitation's requirements. Overall, the proposal selected will be the one that provides the best-value to the Government. Place of Performance: All installation work will be performed at the Contractor's facility. Wage Determination: This action is covered under the Service contract Act of the U.S. Department of Labor. Any employee working under this action must be paid no less than the Wage & Hour rates applicable to the geographical location of the Contractor's facility. The Service Contract Act (SCA) Wage Determinations (WD) are available on the internet website: http://www.wdol.gov/. The applicable Wage Determination will be incorporated at the time of award. Delivery Requirements: A Government flight crew shall fly the aircraft to the Contractor's facility. The period of performance shall not exceed the timeframe specified. If requested, all scheduled events and required services will be brought to the Contractor's attention. Government Property: Government owned parts, equipment, and property shall be returned to the Government if requested. The cost of shipping the returnables shall be the responsibility of the Government. Quality Assurance: NOAA/AOC may desire to have a representative witness any part of the work performed under this Contract. The Contractor shall keep the AOC Contact Point apprised of the progress and schedule. NOAA shall have access to the aircraft throughout the term of this Contract. NOAA will provide an authorized AOC representative to be present for test flight and final acceptance. Primary Technical AOC Contact Point: LCDR Brad Fritzler 299 Foam Street Monterey, CA 93940 Phone 831-521-0114 Ron Pauley NOAA Aircraft Operations 7917 Hangar Loop Drive Hangar 5 Tampa, FL 33621 813-828-3310 ext 3065 Fax 828-4290
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133M-10-RQ-0266/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02053293-W 20100131/100129235543-b1597b45873c2c277139cc10897cb744 (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.