Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2011 FBO #3588
SOLICITATION NOTICE

J -- NOAA TWIN OTTER MAINTENANCE HYANNIS, MA - STATEMENT OF WORK

Notice Date
9/19/2011
 
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
NMAN6000-12-00013
 
Archive Date
10/22/2011
 
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
EMMA Check 5 STATEMENT OF WORK U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City Office, 601 East 12th Street, Room 1756, Kansas City, Missouri 64106. This is a combined synopsis/solicitation for commercial services 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 the Base Year compliance of a Full Service Maintenance contract in support of the NOAA North East Right Whale Survey operating out of Hyannis, MA and other maintenance of Twin otter aircrafts for the NOAA Aircraft Operations Center (AOC) at MacDill AFB, FL. It is intended for the Government to issue an indefinite delivery-indefinite quantity type contract from this solicitation. This notice constitutes the only Request for Quote (RFQ). Written quotes are being requested. A hardcopy written RFQ will not be issued. DOC/NOAA 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 quoters 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 No.NMAN6000-12-00013. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.203-3 Gratuities (APR 1984) 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) (Evaluation Criteria: Technical & Past Performance) 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) 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 (MAY 2011), Section (b) (11i), (21), (24), (25), (26), (27), (36), (45) (c) (1) (2) (Equivalent Rate: Aircraft Mechanic $33.50/hour) 52.216-1 Type of Contract (APR 1984) (Firm Fixed Price) 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 52.222-49 Service Contract Act -Place of Performance Unknown (MAY 1989) (Wage Determination will be incorporated at time of award) 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) 52.233-2 Service of Protest (Sep 2006) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) (To be designated at time of award) 1352.209-72 Restrictions Against Disclosure (APR 2009) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.228-70 Insurance Coverage (APR 2010) (See Insurance paragraph in Statement of Work) 1352.228-72 Deductibles Under Required Insurance Coverage - Fixed Price (APR 2010) 1352.233-70 Agency Protests (APR 2010) (b) James Price, DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1756, Kansas City, MO 64106 (c) DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1756, Kansas City, MO 64106 (e) Mark Langstein, US Department of Commerce, Office of the General Counsel, Chief, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 481-5858. 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) 1352.246-70 Place of Acceptance (APR 2010) (DOC/NOAA/AOC/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 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://oam.ocs.doc.gov/CAPPS_car.html STATEMENT OF WORK: See attachment SCHEDULE OF PRICES: This is an order for commercial services. The lines item will be quoted and completed in accordance with the terms and conditions and statement of work specified herein including warranty for all work and parts. The resultant contract will be subject to the Department of Labor Service Contract Act Wage Determination for the area in which the work is to be performed. Prices quoted for CLINs 0001, 0003, 0005, 0007, 0009 shall be firm-fixed price inclusive of all costs. CLINs 0002, 0004, 0006, 0008, and 0010 are on a time-and-materials basis. BASE YEAR - Twelve months following date of award. LINE ITEM 0001: STANDARD EMMA INSPECTION including parts and labor. Refer to details in A.2 of Statement of Work. Quantity: 3 Unit: EA Unit Price $____________ Total Price $_________________ LINE ITEM 0002: OVER AND ABOVE DISCREPANCIES FROM EMMA INSPECTION AS WELL AS ANY OTHER UNSCHEDULED MAINTENANCE, REPAIRS, UPGRADES, AND INSPECTIONS - PARTS AND LABOR. (Per A.3 of Statement of Work) This CLIN is on a time and materials basis. A Not- to-Exceed (NTE) amount will be determined by the Government at time of award. Contractor exceeds that amount determined at time of award at its own risk. This line item is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. LOADED LABOR RATE PER HOUR (Regular rate) $_______________ LOADED LABOR RATE PER HOUR (Overtime rate) $_______________ NEW PARTS ______% MARKUP FROM COST OVERHAULED PARTS ______% MARKUP FROM COST SUPPLIES/CONSUMABLES _____% MARKUP FROM COST OPTION YEAR 1 - twelve months following end of Base Year. LINE ITEM 0003: STANDARD EMMA INSPECTION including parts and labor. Refer to details in A.2 of Statement of Work. Quantity: 3 Unit: EA Unit Price $____________ Total Price $_________________ LINE ITEM 0004: OVER AND ABOVE DISCREPANCIES FROM EMMA INSPECTION AS WELL AS ANY OTHER UNSCHEDULED MAINTENANCE, REPAIRS, UPGRADES, AND INSPECTIONS - PARTS AND LABOR. (Per A.3 of Statement of Work) This CLIN is on a time and materials basis. A Not- to-Exceed (NTE) amount will be determined by the Government at time of award. Contractor exceeds that amount determined at time of award at its own risk. This line item is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. LOADED LABOR RATE PER HOUR (Regular rate) $_______________ LOADED LABOR RATE PER HOUR (Overtime rate) $_______________ NEW PARTS ______% MARKUP FROM COST OVERHAULED PARTS ______% MARKUP FROM COST SUPPLIES/CONSUMABLES _____% MARKUP FROM COST OPTION YEAR 2 - Twelve months following end of Option Year 1. LINE ITEM 0005: STANDARD EMMA INSPECTION including parts and labor. Refer to details in A.2 of Statement of Work. Quantity: 3 Unit: EA Unit Price $____________ Total Price $_________________ LINE ITEM 0006: OVER AND ABOVE DISCREPANCIES FROM INITIAL INSPECTION AS WELL AS ANY OTHER UNSCHEDULED MAINTENANCE, REPAIRS, UPGRADES, AND INSPECTIONS - PARTS AND LABOR. (Per A.3 of Statement of Work) This CLIN is on a time and materials basis. A Not- to-Exceed (NTE) amount will be determined by the Government at time of award. Contractor exceeds that amount determined at time of award at its own risk. This line item is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. LOADED LABOR RATE PER HOUR (Regular rate) $_______________ LOADED LABOR RATE PER HOUR (Overtime rate) $_______________ NEW PARTS ______% MARKUP FROM COST OVERHAULED PARTS ______% MARKUP FROM COST SUPPLIES/CONSUMABLES _____% MARKUP FROM COST OPTION YEAR 3 - Twelve months following end of Option Year 2. LINE ITEM 0007: STANDARD EMMA INSPECTION including parts and labor. Refer to details in A.2 of Statement of Work. Quantity: 3 Unit: EA Unit Price $____________ Total Price $_________________ LINE ITEM 0008: OVER AND ABOVE DISCREPANCIES FROM INITIAL INSPECTION AS WELL AS ANY OTHER UNSCHEDULED MAINTENANCE, REPAIRS, UPGRADES, AND INSPECTIONS - PARTS AND LABOR. (Per A.3 of Statement of Work) This CLIN is on a time and materials basis. A Not- to-Exceed (NTE) amount will be determined by the Government at time of award. Contractor exceeds that amount determined at time of award at its own risk. This line item is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. LOADED LABOR RATE PER HOUR (Regular rate) $_______________ LOADED LABOR RATE PER HOUR (Overtime rate) $_______________ NEW PARTS ______% MARKUP FROM COST OVERHAULED PARTS ______% MARKUP FROM COST SUPPLIES/CONSUMABLES _____% MARKUP FROM COST OPTION YEAR 4 -Twelve months following end of Option year 4. LINE ITEM 0009: STANDARD EMMA INSPECTION including parts and labor. Refer to details in A.2 of Statement of Work. Quantity: 3 Unit: EA Unit Price $____________ Total Price $_________________ LINE ITEM 0010: OVER AND ABOVE DISCREPANCIES FROM INITIAL INSPECTION AS WELL AS ANY OTHER UNSCHEDULED MAINTENANCE, REPAIRS, UPGRADES, AND INSPECTIONS - PARTS AND LABOR. (Per A.3 of Statement of Work) This CLIN is on a time and materials basis. A Not- to-Exceed (NTE) amount will be determined by the Government at time of award. Contractor exceeds that amount determined at time of award at its own risk. This line item is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. LOADED LABOR RATE PER HOUR (Regular rate) $_______________ LOADED LABOR RATE PER HOUR (Overtime rate) $_______________ NEW PARTS ______% MARKUP FROM COST OVERHAULED PARTS ______% MARKUP FROM COST SUPPLIES/CONSUMABLES _____% MARKUP FROM COST RFQ SUBMISSION Signed and dated quotes must be submitted. Quotes shall be received on or before 1:00PM central time on October 7, 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 shall 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 3 Go-No Go factors and all 6 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 quoters responsiveness to the items listed, quoters price proposal, and the quoters 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) Quoter shall provide a copy of its FAA Repair Station Certificate or Canadian AMO Center Certificate covering Twin Otter DHC-6-300 aircraft; 2) Quoter shall provide Proof of Insurance documentation equal to or greater than $2,000,000; 3) Quoter shall provide evidence from past contracts of having the ability to perform EMMA inspections and all general maintenance evolutions on the Twin Otter aircraft. Contractors shall first meet the above minimum technical factors and then will be evaluated on the technical factors listed in descending order of importance. TECHNICAL FACTORS: 1) Past performance and related experience to include phone numbers and points of contact and related experience which demonstrates quoter has performed EMMA Inspection on a DHC-6-300 aircraft in accordance with CAP Inspection program. Describe the quoter's overall experience, years in business, and contractor's ability to accomplish the work. Number of inspections, relevancy of work, and recency of work will be evaluated. Contractor shall provide the amount of similar work accomplished in the last 12 months ; 2) Provide demonstrated experience in performing the maintenance items listed in A.2 of the SOW; 3) Location of contractors FBO facility or facilities. Projected mission locations and schedules of NOAA Twin Otter fleet will be considered and the proximity to KHYA will be evaluated due to majority of work being performed at that location; 4) Capacity to provide maintenance support for Aircraft-on-Ground (AOG) situations throughout the United States including Alaska; 5) Availability of on-call 24 hour technical support including on-site advanced troubleshooting services for AOG situations; 6) Number of work shifts and operating service hours in a 24 hour day (non-overtime) as well as number of operating days per week will be evaluated. Technical factors, when combined, are slightly more important than price. For purposes of technical and price evaluation, EMMA #5 will be considered a "standard" EMMA inspection. The Government will award the contract to the contractor that is the best value for the work in a manageable location. This may include markup on parts, labor rates, time availability for services required, and other technical factors. All responsible quoters 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/NMAN6000-12-00013/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02583597-W 20110921/110920000643-ff30f3ca982d196085582fe4aef7bf26 (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.