Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOLICITATION NOTICE

J -- NOAA P-3 Aircraft Propeller Inspection & Maintenance - Statement of Work

Notice Date
5/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
NMAN6000-11-01254
 
Archive Date
6/23/2011
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
ronald.f.anielak@noaa.gov, Sharon.Clisso@noaa.gov
(ronald.f.anielak@noaa.gov, Sharon.Clisso@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a public notice required for acquisitions over $25,000.00. 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), at MacDill AFB, FL. The requirement is to repair and/or overhaul the 54H60-77 model propeller assembly for return to service in accordance with manufacturer's manuals and statement of work and any other scheduled or unscheduled maintenance on the Orion WP-3D aircraft propeller system. It is intended for the Government to issue an indefinite quantity-indefinite delivery type contract from this solicitation. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. DOC, NOAA, EAD-KC 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.NMAN6000-11-001254. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50. CLAUSES AND PROVISIONS The Federal Acquisition Regulation (52) and Commerce Acquisition Regulation (1352) clauses incorporated into this acquisition with applicable fill-ins are: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial items (JAN 1999) 52.212-3 Offeror Representations and Certifications Commercial Items (JAN 2011) 52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (APR 2011) Section (b) (23), (24), (25), (26), (35), (44); Section (c) (5) and (6) 52.216-18 Ordering (OCT 1995) From date of award through 1 year thereafter followed by 4 option years. 52.216-19 Order Limitations (OCT 1995) (a) Less than $1,000.00, (b) (1) Excess of $100,000.00 (b)(2) excess of $100,000.00, (b) (3) 10 calendar days, (d) 3 calendar days 52.216-22 Indefinite Quantity (OCT 1995) (d) after expiration of the performance period. 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend services (NOV 1999) within 60 days before the contract will expire 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) within 60 days before the contract is set to expire, 60 days; (c) shall not exceed 5 years 52.223-1 Biobased Product Certification (DEC 2007) 52.223.2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (DEC 2007) 52.232-18 Availability of Funds (APR 1984) 52.232-19 Availability of Funds For the Next Fiscal year (APR 1984) September 30, 2011. 52.216-31 Time & Material/Labor Hour Proposal Requirements-Commercial Item Acquisition (FEB 2007) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) will be designated at time of award 1352.209-72 Restrictions Against Disclosure (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.216-74 Task Orders (APR 2010) 1352.216-75 Minimum and Maximum Contract Amounts (APR 2010) Minimum $10,000.00 Maximum $200,000.00. 1352.216-76 Placement of Orders (APR 2010) A warranted Contracting Officer at the NOAA Eastern Acquisition Division either in Kansas City, MO or Norfolk, VA. 1352.246-70 Place of Acceptance (APR 2010) DOC/NOAA/Aircraft Operations Center, MacDill AFB, FL 1352.270-70 Period of Performance (APR 2010) Base period is from date of award through one year thereafter followed by four one year option periods. FAR 52 clauses and provisions are available on the internet website: http://www.arnet.gov/far CAR 1352 clauses and provisions are available on the internet website:http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 STATEMENT OF WORK - see attachment 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 warranty for all work and parts. The resultant contract will be exempt from the Department of Labor Service Contract Act Wage Determination for the area in which the work is to be completed. Prices quoted for CLINs 0001, 0002, 0004, 0005, 0007, 0008, 0010, 0011, 0013, 0014 shall be firm-fixed-price inclusive of all costs. CLINs 0003, 0006, 0009, 0012, and 0015 are on a time-and-materials basis. LINE ITEM 0001: Base Year - Twelve months following date of award. Perform a complete teardown and inspection and teardown report on Hamilton Sundstrand P-3 propeller assembly model 54H60-77 in accordance with statement of work. This includes providing a separate discrepancy report for each item needing repair. Estimated One (1) JOB $___________ LINE ITEM 0002: Base Year - Twelve months following date of award. Provide Standard Overhaul to propeller assembly or any propeller assembly components in accordance with statement of work and return the propeller or propeller component or propeller assembly to serviceable condition ready for installation. Estimated One (1) JOB $___________ LINE ITEM 0003: Base Year - Twelve months following date of award. Over and Above items other than Standard overhaul 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. This line is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. Estimated 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) $_______________ NEW PARTS: DISCOUNT OFF LIST PRICE________% or MARKUP _______% OVERHAULED PARTS: DISCOUNT OFF LIST PRICE______% MARKUP ____% SUPPLIES & CONSUMABLES: DISCOUNT OFF LIST______% MARKUP____% LINE ITEM 0004: Option Year 1 - Twelve months following end of Base Year. Perform a complete teardown and inspection and teardown report on Hamilton Sundstrand P-3 propeller assembly model 54H60-77 in accordance with statement of work. This includes providing a separate discrepancy report for each item needing repair. Estimated One (1) JOB $___________ LINE ITEM 0005: Option Year 1 - Twelve months following end of Base Year. Provide Standard Overhaul to propeller assembly or any propeller assembly components in accordance with statement of work and return the propeller or propeller component or propeller assembly to serviceable condition ready for installation. Estimated One (1) JOB $___________ LINE ITEM 0006: Option Year 1 - Twelve months following end of Base Year. Over and Above items other than Standard overhaul 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. This line is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. Estimated 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) $_______________ NEW PARTS: % DISCOUNT OFF LIST PRICE________% MARKUP ________ OVERHAULED PARTS: % DISCOUNT OFF LIST PRICE______% MARKUP _____ SUPPLIES & CONSUMABLES: % DISCOUNT OFF LIST______% MARKUP______ LINE ITEM 0007: Option Year 2 - Twelve months following end of Option Year 1. Perform a complete teardown and inspection and teardown report on Hamilton Sundstrand P-3 propeller assembly model 54H60-77 in accordance with statement of work. This includes providing a separate discrepancy report for each item needing repair. Estimated One (1) JOB $___________ LINE ITEM 0008: Option Year 2 - Twelve months following end of Option Year 1. Provide Standard Overhaul to propeller assembly or any propeller assembly components in accordance with statement of work and return the propeller or propeller component or propeller assembly to serviceable condition ready for installation. Estimated One (1) JOB $___________ LINE ITEM 0009: Option Year 2 - Twelve months following end of Option Year 1. Over and Above items other than Standard overhaul 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. This line is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. Estimated 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) $_______________ NEW PARTS: % DISCOUNT OFF LIST PRICE________% MARKUP ________ OVERHAULED PARTS: % DISCOUNT OFF LIST PRICE______% MARKUP _____ SUPPLIES & CONSUMABLES: % DISCOUNT OFF LIST______% MARKUP______ LINE ITEM 0010: Option Year 3 - Twelve months following end of Option Year 2. Perform a complete teardown and inspection and teardown report on Hamilton Sundstrand P-3 propeller assembly model 54H60-77 in accordance with statement of work. This includes providing a separate discrepancy report for each item needing repair. Estimated One (1) JOB $___________ LINE ITEM 0011: Option Year 3 - Twelve months following end of Option Year 2. Provide Standard Overhaul to propeller assembly or any propeller assembly components in accordance with statement of work and return the propeller or propeller component or propeller assembly to serviceable condition ready for installation. Estimated One (1) JOB $___________ LINE ITEM 0012: Option Year 3 - Twelve months following end of Option Year 2. Over and Above items other than Standard overhaul 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. This line is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. Estimated 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) $_______________ NEW PARTS: % DISCOUNT OFF LIST PRICE________% MARKUP ________ OVERHAULED PARTS: % DISCOUNT OFF LIST PRICE______% MARKUP _____ SUPPLIES & CONSUMABLES: % DISCOUNT OFF LIST______% MARKUP______ LINE ITEM 0013: Option Year 4 - Twelve months following end of Option Year 3. Perform a complete teardown and inspection and teardown report on Hamilton Sundstrand P-3 propeller assembly model 54H60-77 in accordance with statement of work. This includes providing a separate discrepancy report for each item needing repair. Estimated One (1) JOB $___________ LINE ITEM 0014: Option Year 4 - Twelve months following end of Option Year 3. Provide Standard Overhaul to propeller assembly or any propeller assembly components in accordance with statement of work and return the propeller or propeller component or propeller assembly to serviceable condition ready for installation. Estimated One (1) JOB $___________ LINE ITEM 0015: Option Year 4 - Twelve months following end of Option Year 3. Over and Above items other than Standard overhaul 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. This line is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. Estimated 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) $_______________ NEW PARTS: % DISCOUNT OFF LIST PRICE________% MARKUP ________ OVERHAULED PARTS: % DISCOUNT OFF LIST PRICE______% MARKUP _____ SUPPLIES & CONSUMABLES: % DISCOUNT OFF LIST______% MARKUP______ Signed and dated quotes must be submitted. Quotes must be received before 1:00 PM central time June 8, 2011. 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 so stated in your quote), 2. Technical proposal addressing all 7 evaluation criteria list below including Past Performance references (no more than 3), and 3. Pricing Information. 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 offerors responsiveness to the items listed, offerors price proposal, and the offerors ability to exhibit an understanding of the requirements included in this RFQ and the following technical evaluation factors: MINIMUM TECHNICAL FACTORS-GO NO GO: 1)Offeror must be a certified FAA Repair Station or Authorized Hamilton Sunstrand Service Center covering the 54H60-77 propeller type and provide copy of certification; 2)provide documentation of warranty and insurance, 3) provide written proof of an IRAN, major repair or overhaul on this propeller type within the last 30 calendar days. TECHNICAL FACTORS: 1) PAST PERFORMANCE to include phone numbers and points of contact and related experience which demonstrates offeror has maintained or repaired the same model propeller; 2) RELATED EXPERIENCE-Overall experience and contractor's ability to accomplish required work. The qualifications and experience of the factory trained technicians it has staff that will be used to perform the work. Contractor shall provide the amount of similar work accomplished in the last 6 to 12 months; 3) WORK SHIFTS - number of work shifts and operating service hours in a 24 hour day (non-overtime) as well as number of operating days per week; 4) DELIVERY - Contractor's ability to perform the work required within the required delivery time; 5) LOCATION of contractors facility or facilities within CONUS. Price is less important than other non-cost factors. The Government will award the contract 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-11-01254/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN02446615-W 20110514/110512234804-dd336c5cafa2955042bec9840c698363 (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.