SOLICITATION NOTICE
16 -- NOAA DHC-6 Twin Otter Parts Logistics
- Notice Date
- 5/18/2011
- 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
- NMAN6000-11-02015
- Archive Date
- 6/24/2011
- 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
- Total Small Business
- Description
- 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 provide parts/supplies logistics and repair services for NOAA DHC-6 Twin Otter aircraft. It is intended for the Government to issue an indefinite quantity-indefinite delivery Requirements 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.NMAN6000-11-02015. 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) (10i), (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 $10.00, (b) (1) Excess of $150,000.00 (b)(2) excess of $150,000.00, (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, (b) 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 $750,000.00 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 Introduction: The National Oceanic and Atmospheric Administration (NOAA) owns/operates four deHavilland Twin Otters (DHC-6-300). These aircraft perform high-altitude atmospheric research, conduct marine mammal research at low altitude, and fly coastal mapping missions. These operations are conducted throughout the continental United States as well as Alaska and occasionally foreign countries. Maintenance support is typically provided by Aircraft Operations Center (AOC) Aviation Technicians. These individuals routinely need to purchase parts and supplies in order to conduct maintenance at the AOC hangar. They also need to order parts and have them sent to other locations where the aircraft is stationed and have a local mechanic provide installation support. This Statement of Work is for an Indefinite Delivery-Indefinite Quantity type multiyear contract to include a base year and four (4) option years. In anticipation of common maintenance actions needing to be funded, the parts and scope will vary from year to year as requirements change but a minimum amount to be funded each year will be $10,000.00 with an estimated maximum amount of $150,000.00 each year. A.1 Scope: AOC requires parts logistics for the replacement, repair, overhaul and/or manufacture services for parts and components for the NOAA Twin Otter aircraft. This acquisition will allow for the purchase of: new, serviceable, overhauled, overhaul-exchange, repaired, or contractor manufactured parts that are necessary to maintain operational status of the NOAA Twin Otters. This service will provide AOC or AOC designated contract maintenance facilities the necessary parts to make repairs to NOAA aircraft with discrepancies discovered during: scheduled and unscheduled maintenance, unscheduled component failures, and early component wear-out. The contractor shall comply with applicable Federal Aviation Regulation and all aircraft manufacturer's requirements. Contractor must be both a Federal Aviation Administration (FAA) approved component repair station and a FAA approved manufacturing facility for the Twin Otter. Copies of both FAA approvals/certificates are required to be given to the Government. The contractor will provide all special tools, facilities, equipment, and certified technical staffing to perform delivery orders in relation to parts logistics and Aircraft-On-Ground (AOG) technical assistance. The Government shall be responsible for scheduling and ordering all parts against this contract. The Government reserves the right to exercise or cancel any part of this agreement. AOG technical assistance is required. Contractor shall have a 24 hour 7 day a week "Hot Line" available for direct parts assistance to AOC and/or NOAA Twin Otter pilots and/or other contract facility for AOG situations. The Contractor will be responsible for all FAA and AOC required documentation to include, but not limited to: approval for return to service, 8130 airworthiness tags, and manufacturer's certificate of conformance. A.2 Delivery Requirements: The Government shall be responsible for scheduling all work and ordering all parts against this contract. Parts will need to be shipped to numerous places throughout the United States (and occasionally foreign countries) to include but not limited to: AOC facilities, contract maintenance facilities, and Fixed Base Operations where the aircraft are operated out of. A Government point of contact at AOC (or other designated representative) will specify what type of delivery will be required based on the operational necessity. A.3 Parts, Discounts, and Warranties: The Government will make the final determination on whether new, new surplus, overhauled, repaired, serviceable, or contractor manufactured parts will be ordered for the aircraft. However, the Government reserves the right to provide the same, if advantageous, at any time during the contract. Contractor must provide Parts Manufacturing Authority (PMA) parts in accordance with Federal Aviation Regulation (FAR) Part 21 including an 8130 airworthiness tag and manufacturer's certificate of conformance (COC). Parts and components in an "as removed" status will not be installed on the aircraft. It is understood that prices on parts may vary depending on availability and condition. Original Equipment Manufacturer (OEM) and PMA parts are acceptable at any time. Contractor will obtain instruction regarding the disposition of non-exchangeable parts from the AOC point of contact. Contractor shall provide its industry standard warranty on all products and service. A.4 Submittal of Invoices: Contractor shall submit invoices to the AOC point of contact at the address shown in block 15 of the Solicitation/Contract/Order for Commercial Items-Standard Form 1449. Invoices shall be based on work completed and will be reviewed by the AOC point of contact to determine if all parts or services shown on the invoice have been received, accepted, and ready for invoice payment. B.1 Partial List of Projected Components to be ordered for NOAA DHC-6-300 Twin Otter (Exchange, Overhauled, or New): 1. Starter Generator (P/N 250SG115Q) 2. Fuel Boost Pump, (P/N 1D2-17 and 2B7-1) 3. Standby Gyro (C14A and VG14A) 4. Main Landing Gear Assembly (P/N C6UM1110-9, -10) 5. Fuel Quantity Indicator 6. Rockwell Collins FD-112V (P/N 622-1352-002) 7. Garmin GNS530AWT (P/N 011-01067-40) 8. Main Tire Goodyear (P/N 112T063) 9. Nose Tire Goodyear (P/N 892C66B1) 10.Brake Linings (P/N 066-10000) PRICE/QUOTE: This is an order for commercial items. 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. Prices quoted for all CLINs shall be inclusive of all costs. LINE ITEM 0001: Base Year - Twelve months following date of award.Provide parts/supply logistics for the purchase of new, serviceable, overhauled, overhauled exchange, repaired or contractor manufactured parts that are necessary to maintain operational status of NOAA DHC-6 Twin Otter aircraft. Parts (new, serviceable, overhauled, overhauled exchange, or repaired):________ % markup from cost or __________% discount from cost (if applicable) Contractor Manufactured Parts: Labor: $___________ per hour Overtime Labor: $_______________per hour Materials: _______% markup from cost or ________% discount from cost (if applicable) LINE ITEM 0002: Base Year - Twelve months following date of award. Provide telephonic Aircraft-on-Ground "Hot Line" assistance. This item is not guaranteed. Amount to be determined by the Government at time of award. Contractor exceeds the amount determined by the Government at its own risk. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. Fixed Hourly Rate for base year: $________________ LINE ITEM 0003: Option Year 1 - Twelve months following end of Base Year. Provide parts/supply logistics for the purchase of new, serviceable, overhauled, overhauled exchange, repaired or contractor manufactured parts that are necessary to maintain operational status of NOAA DHC-6Twin Otter aircraft. Parts (new, serviceable, overhauled, overhauled exchange, or repaired):________ % markup from cost or __________% discount from cost (if applicable) Contractor Manufactured Parts: Labor: $___________ per hour Overtime Labor: $_______________per hour Materials: _______% markup from cost or ________% discount from cost (if applicable) LINE ITEM 0004: Option Year 1 - Twelve months following end of Base Year. Provide telephonic Aircraft-on-Ground "Hot Line" assistance. This item is not guaranteed. Amount to be determined by the Government at time of award. Contractor exceeds the amount determined by the Government at its own risk. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. Fixed Hourly Rate for Option Year 1: $________________ LINE ITEM 0005: Option Year 2 - Twelve months following end of Option Year 1. Provide parts/supply logistics for the purchase of new, serviceable, overhauled, overhauled exchange, repaired or contractor manufactured parts that are necessary to maintain operational status of NOAA DHC-6Twin Otter aircraft. Parts (new, serviceable, overhauled, overhauled exchange, or repaired):________ % markup from cost or __________% discount from cost (if applicable) Contractor Manufactured Parts: Labor: $___________ per hour Overtime Labor: $_______________per hour Materials: _______% markup from cost or ________% discount from cost (if applicable) LINE ITEM 0006: Option Year 2 - Twelve months following end of Option Year 1. Provide telephonic Aircraft-on-Ground "Hot Line" assistance. This item is not guaranteed. Amount to be determined by the Government at time of award. Contractor exceeds the amount determined by the Government at its own risk. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. Fixed Hourly Rate for Option Year 2: $________________ LINE ITEM 0007: Option Year 3 - Twelve months following end of Option Year 2. Provide parts/supply logistics for the purchase of new, serviceable, overhauled, overhauled exchange, repaired or contractor manufactured parts that are necessary to maintain operational status of NOAA DHC-6Twin Otter aircraft. Parts (new, serviceable, overhauled, overhauled exchange, or repaired):________ % markup from cost or __________% discount from cost (if applicable) Contractor Manufactured Parts: Labor: $___________ per hour Overtime Labor: $_______________per hour Materials: _______% markup from cost or ________% discount from cost (if applicable) LINE ITEM 0008: Option Year 3 - Twelve months following end of Option Year 2. Provide telephonic Aircraft-on-Ground "Hot Line" assistance. This item is not guaranteed. Amount to be determined by the Government at time of award. Contractor exceeds the amount determined by the Government at its own risk. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. Fixed Hourly Rate for Option Year 3: $________________ LINE ITEM 0009: Option Year 4 - Twelve months following end of Option year 3. Provide parts/supply logistics for the purchase of new, serviceable, overhauled, overhauled exchange, repaired or contractor manufactured parts that are necessary to maintain operational status of NOAA DHC-6Twin Otter aircraft. Parts (new, serviceable, overhauled, overhauled exchange, or repaired):________ % markup from cost or __________% discount from cost (if applicable) Contractor Manufactured Parts: Labor: $___________ per hour Overtime Labor: $_______________per hour Materials: _______% markup from cost or ________% discount from cost (if applicable) LINE ITEM 0010: Option Year 4 - Twelve months following end of Option Year 3. Provide telephonic Aircraft-on-Ground "Hot Line" assistance. This item is not guaranteed. Amount to be determined by the Government at time of award. Contractor exceeds the amount determined by the Government at its own risk. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. Fixed Hourly Rate for Option year 4: $ _________________ Signed and dated quotes must be submitted. Quotes must be received on or before 1:00 PM Central time June 9, 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 listed 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 Federal Acquisition Regulation 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 FACTOR (GO NO GO): Offeror must be both a FAA approved component repair station and a FAA approved manufacturing facility for DHC-6 Twin Otter aircraft parts. Offeror shall provide a copy of FAA approvals/certifications. TECHNICAL FACTORS: 1) PAST PERFORMANCE AND RELATED EXPERIENCE: include phone numbers and points of contact and related experience which demonstrates offeror has been a Twin Otter parts and service provider. Describe the offeror's overall experience, years in business, and contractor's ability to accomplish the work. Provide the qualifications and experience of FAA certified technicians on staff that will be used to perform the work. Contractor shall provide the amount of similar work accomplished in the last 6 months. Describe offerer's ability to provide PMA parts in accordance with FAR Part 21 including 8130 airworthiness tag and manufacturer's COC; 2) Provide a LIST OF FAA APPROVED CAPABILITIES for Twin Otter parts; 3) INVENTORY, Describe and list the quantity and estimated dollar value of Twin Otter parts on hand; 4) HOURS OF OPERATION - provide number of work shifts and operating service hours in a 24 hour day (non-overtime) as well as number of operating days per week and ability to provide "Hot Line" assistance; 5) LOCATION of contractors facility or facilities within CONUS; 6) PRICE EVALUATION: as part of the price evaluation provide fixed prices for each of the items listed in Statement of Work paragraph B.1. Price is equal to 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. This may include percent of discount or markup on parts, labor rates, time availability for services required, and other technical factors. 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/NMAN6000-11-02015/listing.html)
- Place of Performance
- Address: contractor's facility, United States
- Record
- SN02451443-W 20110520/110518235152-d5859f123c0914545749e38ab179a9a7 (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 |