Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 25, 2015 FBO #5115
SOLICITATION NOTICE

X -- HANGAR LEASE FOR NOAA WP-3 AIRCRAFT AT HALIFAX NOVA SCOTIA CANADA

Notice Date
11/23/2015
 
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
NMAN6000-16-00229
 
Archive Date
12/25/2015
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, Kevin J Buum, Phone: 816-426-7461
 
E-Mail Address
ronald.f.anielak@noaa.gov, kevin.j.buum@noaa.gov
(ronald.f.anielak@noaa.gov, kevin.j.buum@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a small purchase acquisition over $25,000.00. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this announcement. This is a solicitation for the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), located at MacDill AFB, FL. The government intends to issue a fixed price purchase order for lease of hangar space and services in the Halifax, Nova Scotia, Canada area for a WP-3 Lockheed Orion aircraft from on or about January 11, 2016 through on or about February 16, 2016. This notice constitutes the only Request for Quote (RFQ) and a written solicitation will not be issued. DOC, EAD-KC requires that all contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM please access the following web site: http://www.sam.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. This notice is hereby issued as RFQ No. NMAN6000-16-00229. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-84. CLAUSES AND PROVISIONS The FAR (52) and CAR (1352) clauses and provisions incorporated into this acquisition are: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement - Representation (FEB 2015) (Deviation 2015-02) 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement (FEB 2015) (Deviation 2015-02) 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2014) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) Section (b)(52) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses (APR 1984) 1352.201-70 Contracting Officer's Authority (APR 2010) 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) 1352.228-72 Deductibles Under Required Insurance Coverage - Fixed price (APR 2010) 1352.233-70 Agency Protests (APR 2010) 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) Text File - Assurance by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (Mar 2015) 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://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0d557a63df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 STATEMENT OF WORK: a) BACKGROUND. The National Oceanic and Atmospheric Administration (NOAA) owns/operates two WP-3 Lockheed Orion (WP-3) aircraft in various locations throughout the United States, Mexico, and Canada. It has been determined that one of these WP-3 aircraft will be based out of the Halifax, Nova Scotia, Canada area to be operated in support of critical winter storm/ocean wind related research. Due to winter weather conditions in the Halifax area, it is necessary that the WP-3 aircraft be kept in a hangar during the period on or about January 11, 2016 thru on or about February 16, 2016. The hangar will protect the aircraft and it's instrumentation from the environment as well as protects the flight crew and maintenance personnel while performing routine maintenance and pre and post-flight activities through the winter months. SCOPE: NOAA WP-3 aircraft will be operating out of Halifax, Canada in support of winter storms/ocean winds research. There will be several NOAA WP-3 mechanics in Halifax supporting the aircraft at all times except for short periods when the mechanic's services are requested to support aircraft in other locations. Only one WP-3 will be required in the hangar. The contractor shall provide heated hangar space for one (1) WP-3 having a wing span of 100 feet, length 116 feet and 39 feet high at the tail. Note that the aircraft is equipped with a 105 inch (8.75 ft) air chemistry nose boom sensor that extends from the forward fuselage and must be taken into account for both hangar length and towing operations. Heated hangar means that the hangar is maintained at a temperature above 40 degrees Fahrenheit. Flight crews shall have access to the aircraft 24 hours a day, 7 days a week. The contractor can determine if access will be available using on-site personnel that are available at any time, or if not available, issue keys to the flight crews for the hangar where the aircraft is stored. Security Clause 1352.239-72 does not apply to the SOW and a Security Accreditation Package is not required. The following services are requested as part of the hangar rental price. If there are extra charges or fees for any of these services in addition to the fixed base hangar rental price, provide separate pricing information for each item: 1 Ground support equipment use including: a) AC and DC external power unit, b) Ground service equipment on an as needed basis, c) Tow vehicle and driver for aircraft movement in and out of hangar. 2) Hangar amenities including: tools, equipment, consumables, phones, hi-speed internet access (non-dial up with at least a 1Mbps download/upload speed), heat and DC power, 3) 24-hour access for maintenance and flight crew, 4) Storage space in hangar for extra gear and equipment 5ftx5ft 5) Acceptance of Multiservice Air Card for payment of incidentals. b) PERFORMANCE PERIOD. The hangar lease is required from on or about January 11, 2016 thru on or about February 16, 2016. However, the Government reserves the right to depart early from the survey site and from use of the hangar without incurring any additional fees or penalties associated with departing earlier than February 16, 2016. At the conclusion of the lease, Government owned parts, equipment, and property shall be returned to the Government. c) INSURANCE. The contractor shall at its own expense, provide and maintain hull liability insurance of not less than $2,000,000.00 to cover the aircraft in the event of fire or any catastrophic damage to the hangar resulting in loss or damage to the aircraft. Contractor shall provide the Contracting Officer written documentation that the required insurance has been obtained along with a copy of the insurance certificate. d) CONTACT: AOC, LTJG Billy Bonner, Tel. No. 813-828-4403 e) SUBMITTAL OF INVOICES addendum to FAR 52.212-4 (g). The contractor shall prepare and submit an invoice which will serve as the request for payment. All requests for payment shall be based on work completed as of the end of the most recent billing period and shall be submitted by the 10th day of the subsequent month to the Contracting Officer's Representative (COR) at the Aircraft Operations Center (AOC) using the address shown in Block 15 of the award document, Solicitation/Contract/Order for Commercial Items Standard Form 1449. To constitute a proper invoice, the contractor's invoice shall be prepared in accordance with and contain all elements specified in paragraph (g) of FAR 52.212-4 entitled "Invoices." If the invoice does not comply with the applicable prompt payment provision of the contract, it will be returned to the contractor within seven (7) days after the date the designated office received the invoice, with a statement as to the reasons why it is not a proper invoice. 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. Lease shall be in accordance with standard commercial practice. Prices quoted for contract line item number (CLIN) 0001 shall be fixed-price inclusive of all costs. Prices quoted for CLIN 0002 shall be per use. LINE ITEM 0001: Provide hangar space and services for a WP-3 aircraft per statement of work for period on or about January 11, 2016 through on or about February 16, 2016 (37 days). Actual dates to be coordinated between contractor and NOAA Aircraft Operations Center. Total Lease Price for Performance Period $_____________ US LINE ITEM 0002: Additional Charges, if any. If there are other costs that are not listed contractor shall include on blank line provided. If there is no charge for an item listed, contractor shall so indicate. The Government will fund this line item with a not to exceed amount which the contractor exceeds at its own risk. All prices are in US dollars. Any funds remaining at completion of lease shall be de-obligated by formal contract modification. Charge for hangar door opening: $ ____________________ per opening Maximum daily charge for door opening $____________________per day Charge for power cart start: $_______________________ per start Charge for tow vehicle & driver: $_ ___________________per use Charge for forklift: $_____________________per use Charge for internet service, phone/fax/copier: $____________________ Charge for AC & DC external power unit: $___________________ per use Charge for Ground service equipment $______________________ per use Charge for hangar escort normal hrs 0730 hrs to 1600 hrs (Can Time) Monday thru Friday (if needed): $____________________ per hour Charge for hangar escort outside of normal hours Monday thru Friday $__________per hr weekends $_____________per hr Additional charges not listed above: $ __________________________ Signed and dated quotes must be submitted. Quotes must be received on or before 11:00 AM Central Time on December 10, 2015. Quotes may be e-mailed to: Ronald.F.Anielak@noaa.gov A quote submitted in response to this combined synopsis/solicitation must include the following in order to be considered responsive to this request: 1.Proof of insurance in the amount required. 2.Past performance references (at least one, no more than three). 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 offeror's responsiveness to the items listed, offeror's price proposal and the offeror's ability to exhibit an understanding of the requirements. The Government will award the purchase order to the contractor that is the best value for the service. All responsible offerors may submit a response to this combined synopsis/solicitation which will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-16-00229/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN03953271-W 20151125/151123234840-afdd8482ce8a9090a8394f61db3e3b44 (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.