SOLICITATION NOTICE
J -- Honeywell Avionics Protection Plan (HAPP) for NOAA Gulfstream IV - Package #1
- Notice Date
- 9/14/2016
- 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 Acquisition Division - Norfolk, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- EA-133M-16-RQ-0965
- Archive Date
- 12/28/2016
- Point of Contact
- James Rall, Phone: 757-441-6886, Arthur A. Hildebrandt, Phone: 7574416865
- E-Mail Address
-
James.Rall@noaa.gov, andrew.hildebrandt@noaa.gov
(James.Rall@noaa.gov, andrew.hildebrandt@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification--REDACTED--HAPP Statement of Work--HAPP for GIV This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Subpart 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), Acquisition and Grants Office (AGO), Eastern Acquisition Division (EAD) - Norfolk Office. The requirement is for a Honeywell Avionics Protection Plan Service (HAPP) for NOAA Gulfstream IV (GIV) SP SN 1246, registration N49RF, for a base year, October 14, 2016 to October 13, 2017 and four (4) one-year options. This notice constitutes the only Request for Quotation (RFQ). This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All quotes must be emailed to the attention of James Rall, Contract Specialist, by 5:00 PM Eastern Standard Time (EST) on September 28, 2016. The email address is james.rall@noaa.gov and andrew.hildebrandt@noaa.gov. The DOC/AGO/EAD - Norfolk Office requires that all contractors doing business with this office be registered with the System for Award Management (SAM). An award cannot be made unless the vendor is registered in SAM. For additional information, and to register in SAM, please access the following website: https://www.sam.gov/. In order to register with SAM and to be eligible to receive an award from this acquisition office, all offerors must first have a Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number. A DUNS number may be acquired free of charge at the following website: http://fedgov.dnb.com/webform. This notice is hereby issued as RFQ EA-133M-16-RQ-0965. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 336412, Aircraft Engine and Engine Parts Manufacturing. The proposed contract action is for a brand name only. The brand name is Honeywell and is available to authorized dealers for Honeywell brand name. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The DOC/AGO/EAD - Norfolk Office requests responses from qualified sources capable of providing the Honeywell Aviation Protection Plan (HAPP) for NOAA's GIV aircraft as described in the specifications. The period of performance is October 14, 2016 through October 13, 2017 for the base year with four (4) one-year options. The delivery location is variable; however, NOAA's GIV aircraft is based at the Aircraft Operations Center (AOC), currently located at MacDill Airforce Base in Tampa, Florida. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. PRICE/QUOTE: This is contract for commercial services. The line item(s) shall be quoted and completed in accordance with the terms and conditions and the statement of work contained in this notice. The prices quoted for all line items shall be firm-fixed price inclusive of all costs. The Government intends to award a firm-fixed price purchase order. LINE ITEM 0001: GIV Honeywell Avionics Protection Plan: Base Year, October 14, 2016 - October 13, 2017. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0002: GIV Honeywell Avionics Protection Plan: Option Year 1, October 14, 2017 - October 13, 2018 Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0003: GIV Honeywell Avionics Protection Plan: Option Year 2, October 14, 2018 - October 13, 2019 Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0004: GIV Honeywell Avionics Protection Plan: Option Year 3, October 14, 2019 - October 13, 2020 Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0005: GIV Honeywell Avionics Protection Plan: Option Year 4, October 14, 2020 - October 13, 2021 Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ CLAUSES AND PROVISIONS The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (OCT 2014) 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) 52.212-4 Contract Terms and Conditions (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2011), Section (b) (1), (2), (4), (6), (7), (11), (13), (15), (21), (24), (25), (26), (27), (28), (29), (30), (31), (32), (36), (45) 52.216-2 Economic Price Adjustment-Standard Supplies (JAN 1997) 52.217-5 Evaluation of Options (July 1990) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.247-34 FOB Destination (NOV 1991) FAR clauses and provisions are available on the internet website: https://www.acquisition.gov/?q=browsefar Offerors shall include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.237-71 Security Processing Requirements - Low Risk Contracts (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: 14 OCT 2016 - 13 OCT 2017; Option YR1: 14 OCT 2017 - 13 OCT 2018, Option YR2: 14 OCT 2018 - 13 OCT 2019; Option YR3: 14 OCT 2019 - 13 OCT 2020; and Option YR 4: 14 OCT 2020 - 13 OCT 2021) CAR clauses and provisions are available on the internet website: http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl FAR 52.212-2, Evaluation - Commercial Items, is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of technically acceptable low bids and past performance. The relative importance of the factors is as follows: a technically acceptable low bid is more important than past performance. Past Performance: The offeror shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either: 1) all such contracts within the past three years or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The Offeror should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other Offerors. The offeror should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. This announcement will close at 5:00 PM Eastern Standard Time (EST) on September 28, 2016. Questioning pertaining to this RFQ must be submitted in writing to James Rall at email james.rall@noaa.gov and andrew.hildebrandt@noaa.gov. Telephonic requests will not be honored. Quotes may be submitted via electronic means (email) to james.rall@noaa.gov and andrew.hildebrandt@noaa.gov by the date and time listed above. All responsible sources may submit a quote, which shall be considered by the agency. All quotes shall include prices for all Line Items, a point of contact name and phone number, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. STATEMENT OF WORK (SOW) - See Attachments ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-133M-16-RQ-0965/listing.html)
- Place of Performance
- Address: MacDill Airforce Base, Tampa, Florida, 33608, United States
- Zip Code: 33608
- Zip Code: 33608
- Record
- SN04272063-W 20160916/160914235733-a4a3c9a58f90ce8cc6de798f20708172 (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 |