SOLICITATION NOTICE
15 -- Purchase of MD-500 or equivalent
- Notice Date
- 2/3/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
- ZIP Code
- 55403
- Solicitation Number
- APWSAVFC-0008-4A
- Response Due
- 3/3/2004
- Archive Date
- 3/18/2004
- Point of Contact
- Tamara Lanier, Contracting Officer, Phone 970-494-7433, Fax 970-494-7432, - Tamara Lanier, Contracting Officer, Phone 970-494-7433, Fax 970-494-7432,
- E-Mail Address
-
Tamara.M.Lanier@aphis.usda.gov, Tamara.M.Lanier@aphis.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will NOT be issued. This combined synopsis/solicitation will result in a firm fixed price purchase order. Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. This combined synopsis/solicitation, APWSAVFC-0008-4A, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-19. This is a small business set aside. The NAICS code is 441229, Aircraft Dealers. The small business size standard is no more than $6 million in average annual receipts for the offeror's preceding 3 years. This combined synopsis/solicitation contains one contract line item number (CLIN), CLIN 0001, for one single-engine turbine powered helicopter, MD-500, or equivalent model, with airframe and engine at mid-life or better. The vendor can provide pricing which includes delivery by the vendor, which does not include delivery or both ? please indicate if the price quoted includes delivery. The equipment requirements of the single-engine turbine powered helicopter are: 1. auxiliary fuel tank 2. dual controls 3. high skid gear 4. cargo hook 5. rotor brake 6. ground handling wheels 7. blade tie-downs 8. engine intake and exhaust covers 9. current flight manuals 10. current maintenance manuals (airframe and engine). Other specifications/requirements for the single-engine turbine powered helicopter are: 1. all aircraft records shall be current with alterations and repairs documented on FAA Form 337 2. all aircraft inspections shall be current and properly documented in the aircraft records 3. all aircraft records for alterations/repairs/inspections are to be provided with quote. Prior to award, a mandatory test flight and maintenance inspection will be performed on any helicopters that rank in the top three quotes considering equipment requirements, other specifications/requirements, evaluation factors and price. Test flight and maintenance inspection will be at the vendor?s current location. The test flight and maintenance inspection will be at the Government?s expense. If the vendor opts to deliver the helicopter, delivery and final inspection and acceptance test flight will be in Billings, MT. Payment will be processed upon acceptance of final inspection and test flight. The following FAR provisions and clauses are incorporated by reference and can be found in full text at www.arnet.gov/far : 52.212-1 Instructions to Offerors - Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.225-7 Waiver of Buy American Act for Civil Aircraft and Related Articles. 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer, fill-in information for paragraph (c) is Name: USDA National Finance Center, Phone Number: 800-421-0323 or www.nfc.usda.gov/dcia. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. There is a database called Central Contractor Registration (CCR). As of FY04 it is mandatory that all parties who conduct business with the Federal Government must register/exist in this database. In order to enter the mandatory information into CCR a Duns and Bradstreet number is needed. Visit www.ccr.gov and go to the tab named Vendor Corner. Wildlife Services will no longer be able to do business with parties who are not in the CCR database. In accordance with FAR 52.212-2(a), Evaluation ? Commercial Items, the Government will award a purchase order 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 shall be used to evaluate offers: 1) Life on overhaul items, engine and airframe ? helicopters with midlife or better will be given preference 2) List of additional/optional equipment items 3) Past Performance/References. Offerors are to provide documentation/lists/narrative that addresses the above two factors. Provide enough information so that an evaluator can rate the above two factors. Offerors are to provide a list of three most current references for a similar item. The offerer shall provide the name, address, telephone number and e-mail address of the point of contact for each reference provided. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: Tamara.M.Lanier@aphis.usda.gov. The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. Quotes are due March 3, 2004 by 3 p.m. Mountain Standard Time. All quotes shall be valid for 90 days. All quotes must be signed. Quotes may be faxed to 970-494-7432, Attn: T. Lanier with signed original forwarded by mail to : USDA, APHIS, WS, NAP, 2150 Centre Avenue, Bldg B, Mail Stop 3W9, Attn: T. Lanier, Fort Collins, CO 80526-8117. Quotes can be e-mailed to Tamara.M.Lanier@aphis.usda.gov. A complete quote will consist of: 1. price for CLIN 0001 2. signature on the page that lists the price 3. narrative addressing how the proposed helicopter meets the ten equipment requirements 4. all aircraft records for alterations/repairs/inspections 5. completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 5. documentation/lists/narrative that addresses the two evaluation factors 6. references. Note 1 is applicable.
- Place of Performance
- Address: Deliver to Billings, MT - if the vendor opts to deliver.
- Country: US
- Country: US
- Record
- SN00514733-W 20040205/040203211834 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |