Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
SOLICITATION NOTICE

16 -- Avionics Upgrade to N144Z (Cessna Citation Bravo) R4 Aviation - Solicitation Package

Notice Date
8/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Agriculture, Forest Service, R-4 Utah Acquisition Support Center, 1749 W 500 S, Salt Lake City, Utah, 84104, United States
 
ZIP Code
84104
 
Solicitation Number
1284N818R0025
 
Point of Contact
Tamera Draper, Phone: 435.896.1095, Lynn Mitchell, Phone: 801.620.1872
 
E-Mail Address
tdraper01@fs.fed.us, lynnmitchell@fs.fed.us
(tdraper01@fs.fed.us, lynnmitchell@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Package COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 1284N818R0025 Title: Avionics Upgrade to N144Z, Cessna Citation Bravo (R4 Aviation) Posted Date: 08/09/2018 Original Response Date: 08/30/2018 Current Response Date: 08/30/2018 Product or Service Code: J016 Set Aside: 100% Total Small Business NAICS Code: 488190 Contracting Office Address Fremont River Ranger District ATTN: Tamera Draper - Utah Acquisition Support Center 138 South Main Loa, UT 84747 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement and attachment constitutes the only solicitation; proposals are being requested. The associated North American Industrial Classification System (NAICS) code for this procurement is 488190, with a small business size standard of $32.5. All interested companies shall provide proposals(s) for the following: Services and Supplies The United States Department of Agriculture (USDA), Forest Service (FS), Intermountain Region, R4 Aviation has a need to complete the installation and certification of New Avionics Upgrade on Plane N144Z (Cessna Citation Bravo, Serial Number CE550B/926). This plane currently has the original avionics installed CN15000 Radio Stack with minor required upgrades. This plane is a Special Purpose Infrared Aircraft that was modified in 2002 with Line Scanner Provision and Equipment Rack Installation (located in the fairing on the left side of the aircraft). Scope of Contract The scope of this contract is to furnish all labor, tools, upgrade equipment, permits, and incidentals necessary to remove the existing CNI 5000 (Center Stack of Radios), remove pilot and co-pilot audio panels along with two cabin audio panels, remove the TCAS from Aft fuselage along with accompanying antennae, remove TCAS controller from below PFD, remove entire instrument panel, remove the KGP 860 (EGPWS computer- TAWS B). Remove TSO c91a ELT from aft fuselage, remove entire UNS FMS system, remove Weather Radar from Radome. The dual DME installation, Meggitt "Stand By" display, "Stand By" HSI (HSI-315A), and KMR675 Marker Beacons are to be interfaced into the new Garmin equipment and remain in the aircraft but will be relocated slightly in the panel per the STC. Under STC replace the radio stack with two gray, 20 Watt transmitter, Garmin GTN-750s, one above the other. Interface STC circuitry and any required annunciators to the Primus IFCS. This provides LPV autopilot coupled approaches per the STC. Replace the TCAS with a Garmin GTS 8000 and program with a TCAS II unlock card. Replace the panel mount transponders with two Garmin GTX 3000 remote transponders ("ADS B IN for TCAS II"). An FS 510 will be installed to allow flight plan programming from the I Pad to the GTN 750s, and an FS 210 will aloso be installed to allow the aircraft Flight Instruments to be presented on the I Pad as a "Back Up" feature. A Shadin AIS-380, or equivalent will be installed to convert analog fuel information to digital format for use within the GTN 750s. Install a GMA 35c remote audio unit. It will be used to replace the previously removed audio panels from the flight deck. Two Jupiter audio panels will be installed as the cabin audio panel replacements. A Technisonic TDFM 136B with 5 volt dimming will be installed in the console and replace the obsolete TDFM 136 currently installed in the panel. A GDL 69A satellite receiver will be installed for Nexrad and XM reception. A Garmin GWX 75 with a 12 inch array will be installed in the radome to replace the previously removed outdated weather radar system. The USDA Forest Service will add the aircraft to the already established XM subscription. During this downtime the autopilot roll servo will be removed by the contractor and transferred to the Forest Service. After the Forest Service has completed overhaul of this unit, it will be transferred back to the contractor for reinstallation. Place of Performance Address: To be determined by the location of the service center Postal Code: Unknown until time of award Country: UNITED STATES Evaluation Information The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors and sub-factors shall be used to evaluate offers, offeror shall provide the information necessary, including for any subcontractors, to evaluate the following factors and sub factors: -Technical Capability of the Item(s) Offered To Meet the Government Requirements -Technical Approach Proposed To Accomplish the Work -Bio-Based Product Utilization and Training -Safety -Past Performance and Company Experience -Price (additional government costs for transportation of plane and government inspectors to contractors facility will be considered as part of pricing) Technical Capability and Approach (The Experience Questionnaire and Contractor Provided Narrative's will be used to evaluate the following): -Technical Capability - This factor evaluates the offeror's technical capability offered. The Government will consider the offeror's technical capability (provide copies of entity certifications for valid FAA Part 145 Repair Station Certificate with the appropriate ratings and documents as an authorized avionics dealer for the work to be performed under this contract) as well as experience of the entity, experience of key personnel/subcontractors and their performance on projects similar in nature, complexity and scope as the identified task. Personnel/subcontractors experience and performance will be evaluated through resumes, experience, education, certifications (provide copies of all applicable personnel certifications) and narratives of similar scope projects. -Technical Approach - This factor evaluates the offeror's technical approach proposed to accomplish the work. In evaluating the technical approach, the Government will consider: -the offeror's proposed project strategy for work accomplishment (through project timelines, spreadsheets, etc); -how the contractor plans to ensure any unanticipated delays, problems and changes are dealt with efficiently with minimum schedule disruption, -the Government will evaluate the equipment identified for use and dedication to this project, -the Government will consider for entities proposed quality control plan and how the contractor will mitigate any unacceptable equipment performance. -Biobased Products: The Government will consider the offeror's written policy stating its commitment to the use of biobased products, employee health and safety, and sound environmental management practices. The Government will also consider how the offeror intends to keep abreast of development and increasing availability of designated and non-designated biobased products and how any new or improved products will be incorporated in ongoing contract performance. Proper use, effectiveness of training programs for biobased product use and technical assistance to address how some biobased products may function differently than a convention product will also be considered. -Safety: This factor considers the offeror's safety record (including reportable incidents/injuries and mitigation strategies as documented through offeror's reporting system or state/federal reports) and their safety plan with annotations of project specific modifications/revisions, for a minimum of the past three years. The Government will evaluate to determine the likelihood of the offeror performing the required effort without any accidents or safety incidents. -Past Performance The Government considers "recent" present/past performance to be within the past 3 years The Government considers "relevant" present/past performance to be present/past performance efforts involved in similar scope and magnitude of effort and complexities as this solicitation requires. -In order for the Government to access the contractor's success in performance on previous contracts, the contractor shall include the following information for "recent" and "relevant" contracts completed within the past 3 years. Previous Contract Information: Name of Contract Type of aircraft and the scope of work completed (location, size and complexity) Contract Number and Contract Value Date the project was completed or anticipated completion date Contracting Officer's/Contact Name, Address and VALID Telephone Number Name of company if you subcontracted out this work or if you acted as a subcontractor Whether the project was completed in a timely manner (if the project ran over schedule, why and how was that mitigated?) Installation of new equipment and evaluation and testing procedures for successful performance, and was there any work that received less than full pay or were there any penalties assessed? How the contractor mitigated any problems that arose during the contract The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. Note: In accordance with FAR 15.305 (a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined to have unknown past performance in the context of acceptability/unacceptability, "unknown" will be considered "acceptable." Technical and past performance, when combined, are of greater value when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will consider as part of the evaluation process the cost incurred by the government for transportation of the plane to the contractors proposed work facility and the cost of transporting government inspectors to the facility throughout the course of the contract. These additional government costs for transportation will be considered as part of each offer. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation clauses and provisions apply to this acquisition: 1. FAR 52.212-1, "Instructions to Offerors-Commercial Items" (JAN 2017) 2. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (JAN 2017) The following contract clauses apply to this acquisition: FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (JAN 2017) The following clauses are added to the terms and conditions in FAR 52.212-4 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEPT 2013) 52.229-3 Federal, State, and Local Taxes (FEB 2013) 52.236-7 Permits and Responsibilities (NOV 1991) 452.211-74 Period of Performance (FEB 1988) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-3 Gratuities. (APR 1984) 52.203-16 Preventing Personal Conflicts of interest (DEC 2011) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.245-1 Government Property (JAN 2017) 52.245-9 Use and Charges (APR 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.204-14, Service Contract Reporting Requirements (OCT 2016) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-9, Small Business Subcontracting Plan (JAN 2017) 52.219-14, Limitations on Subcontracting (JAN 2017) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (OCT 2016) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEPT 2016) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) Alternate I (MAR 2015) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts For Maintenance, Calibration, or Repair of Certain Equipment- Requirements (MAY 2014) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.223-20, Aerosols (JUN 2016) 52.223-21, Foams (JUN 2016) 52.225-1, Buy American-Supplies (MAY 2014) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.222-50, Combating Trafficking in Persons (MAR 2015) Solicitation Provisions 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.216-27 Single or Multiple Awards (OCT 1995) 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan (MAR 2015) 52.242-13 Bankruptcy. (JUL 1995) 52.204-7 System for Award Management (OCT 2016) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-3 Offeror Representations and Certifications - Commercial Items (JAN 2017) 52.223-1 Biobased Product Certification. (MAY 2012) 52.212-2 Evaluation - Commercial Items (OCT 2014 52.216-1 Type of Contract. (APR 1984) Submission of Offers: All proposals shall be sent to the Fremont River Ranger District, ATTN: Tamera Draper - Utah Acquisition Support Center, 138 South Main, Loa, UT 84747 This is a combined synopsis/solicitation for services (with supplies) as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:30 P.M. Mountain Time, August 30, 2018 at Fremont River Ranger District, ATTN: Tamera Draper - Utah Acquisition Support Center, 138 South Main, Loa, UT 84747. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed or faxed proposals WILL NOT be accepted. FedEx and UPS delivery to Loa, UT takes place once per day, therefore overnight delivery has not been found to be effective. Please ship your package allowing adequate time for delivery. DO NOT RELY ON OVERNIGHT DELIVERY. Email: tdraper01@fs.fed.us AT A MINIMUM, Offeror shall submit the following documents back with any response to this solicitation: -SF 1449, Solicitation, Contract, Order for Commercial Items (Complete, Date and Sign) -Schedule of Items (Page 6) -Experience & Equipment Questionnaire (Exhibit #1) -FAR 52.209-7 Information Regarding Responsibility Matters (Section VII-1) -FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Section VII-2) -FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (Section VII-3) -SF 1413 - Subcontractor Form (required if a subcontractor is proposed) (Exhibit #2) -Contractors Narrative Responses to Evaluation Factors (Reference Sections VIII-4 and VIII-5, FAR 52.212-2 Evaluations) SITE VISIT A site visit is not scheduled for this project. Point of Contact and Any Questions regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Tamera Draper, (435) 896-1095, tdraper01@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/84N8/1284N818R0025/listing.html)
 
Place of Performance
Address: The aircraft is currently housed in Ogden, Utah, United States
 
Record
SN05029172-W 20180811/180809231210-2efd975e0ab9a7d7b80baeb8fc70b3c5 (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.