COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS
J -- J -- 100 HOUR INSPECTIONS ON TWIN COMMANDER AC-500S AIRCRAFT
- Notice Date
- September 13, 2001
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- 52WCNA106041SKC
- Response Due
- September 21, 2001
- Point of Contact
- Sharon Clisso, Contract Specialist, Phone (816) 426-7267 ext. 231, Fax (816) 426-7530, Email sharon.k.clisso@noaa.gov -- William Becker, Acquisitions Branch Chief, Phone (816) 426-6823, Fax (816) 426-7530, Email william.j.becker@noaa.gov
- Description
- The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Florida, intends to procure five (5) 100 hour inspections on a Twin Commander model AC-500S Shrike Aircraft. NOAA's Twin Commander, serial number 3298, FAA registration N51RF requires full maintenance for the period of October 1, 2001 through September 30, 2002. The aircraft's primary mission as a survey platform for the National Weather Service's National Operational Hydrologic Remote Sensing Center in Chanhassen, Minnesota shall require the contractor to ensure minimal "out of service" or down time" during the months of February, March and April. The airframe has 8200 hours since new, engines and propellers have 15 hours since overhaul. Additionally, a new wing spar with Permaflex fuel cells were installed in the fall of 1995. NOAA's Aircraft Operations Center (AOC) in Tampa, Florida manages the aircraft which is hangared at Flying Cloud Municipal Airport in Eden Prairie, Minnesota. The Contractor shall provide a full service, Fixed Base of Operations (FBO) that can support the Twin Commander aircraft. Labor, materials, equipment, special tools and facilities shall be located at the FBO to provide the Government with the most cost effective support package. The Contractor/FBO shall provide flight crew amenities, scheduled and unscheduled maintenance, avionics, paint and interior, servicing, inspection and repair on an as needed basis. The Government shall be responsible for scheduling all work against this contract. Once the aircraft arrives at the Contractor's facility, no work shall begin until AOC has given the approval for such work to begin. Only the work that is being requested shall be done. Any additional work or discrepancies must have prior approval from AOC. The Contractor shall provide a list of discrepancies/tear down inspection report to AOC. The report shall include the extent of the inspection, condition found on all major components, outstanding service bulletins and airworthiness directives that must be complied with, and any recommendations for maintenance that would prevent future failures if applicable. The Contractor will be responsible for all, FAA and AOC required documentation to include but not limited to approval for return to service. The aircraft shall be flown to the Contractor's facility by a government flight crew. AOC and/or the flight crew shall notify the Contractor as soon as the need for service, inspection, and repair has been identified. Government owned parts, equipment, and property shall be returned to the Government. The Contractor shall provide all replacement parts, material, and consumables. However, the Government reserves the right to provide the same, if advantageous at any time during the contract. The Government will make the final determination on whether new, new surplus, overhauled, repaired, or serviceable parts will be install on the aircraft. Parts and components in a "as removed" status will not be installed on the aircraft. Any part or component that has not reached its recommended service life but fails inspection and needs to be replaced will be treated as an over and above. Since the government cannot determine which parts or components if any meet this criteria maintenance contractors shall provide what labor rate they will charge the government, per hour for "over and above" discrepancies. Secondly, contractors are asked to provide what percent discount off list price for replacement parts will be given. PMA parts are acceptable. The Contractor shall provide the industry standard implied warranty on all products and service. Maintenance contractors must provide proof that the facility performing the required services is an FAA approved repair station for the Twin Commander aircraft, engines, accessories, and avionics. Authorization from Twin Commander Aircraft Corporation in Arlington, Washington is not required. The Contractor shall, at it's own expense, provide and maintain hull liability insurance of not less than $250,000.00 to cover the aircraft on which this work will be performed. This solicitation for commercial items will be issued on or about September 14, 2001. This procurement is set-aside for small businesses. The NAICS code is 488119. The small business size standard is $5,000,000.00. This purchase will be made under the guidelines of FAR, Part 12, Acquisition of Commercial Items. Firms interested in receiving a copy of the solicitation shall submit a request in writing to the attention of Sharon Clisso at the address listed above. Please reference solicitation number 52WCNA106041SKC. Facsimile requests will be accepted at (816) 426-7530. =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOC/NOAA/CASC/52WCNA106041SKC/listing.html)
- Record
- Loren Data Corp. 20010917/JSOL016.HTM (D-256 SN50X5I6)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on September 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|