SOLICITATION NOTICE
J -- J - BELL 212 HELICOPTER - TAILBOOM MODIFICATION
- Notice Date
- 8/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336411
— Aircraft Manufacturing
- 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
- Reference-Number-NAAN6000-4-04370JAA
- Response Due
- 8/24/2004
- Archive Date
- 9/24/2004
- Point of Contact
- Donita McCullough, Supervisory Contract Specialist, Phone (816) 426-7267 xt 227, Fax (816) 426-5067, - William Becker, Supervisory Contract Specialist , Phone (816) 426-6823, Fax (816) 426-7530,
- E-Mail Address
-
donita.s.mccullough@noaa.gov, william.j.becker@noaa.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12 and 13 as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; written quotes are being requested; and a written solicitation will not be issued. Solicitation number NAAN60000-4-04370JAA is issued as a Request for Quotation (RFQ). This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-24. The line items will be performed in accordance with the specifications listed below. The prices quoted shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-8 Time of Delivery (Jun. 1997) (see requested SCHEDULE below for details), 52.211-16 Variation in Quantity (APR. 1984), 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2004), 52.212-2 Evaluation ? Commercial Items (Jan. 1999), 52.212-3 Offeror Representations and Certifications ? Commercial Items (May 2004), 52.212-4 Contract Terms and Conditions ? Commercial Items (May 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (June 2004) (Sections 5, 7, 9, 14, 15,16, 17, 22, 25, 26 and 30), 52.222-41 Service Contract Act of 1965, as Amended (May 1989), 52.232-17 Interest (Jun. 1996), 52.242-15 Stop-Work Order (Aug. 1989), 52.245-2 Government Property (Fixed-Price Contracts) (May 2004), 52.247-30 FOB Origin, Contractor?s Facility (Apr.1984), 52.252.2 Clauses Incorporated By Reference (Feb 1998), . FAR clauses are available on the Internet Website http://www.arnet.gov/far. FAR Clause 52.222-42 Statement of Equivalent Rates For Federal Hires (May 1989) is herein incorporated by full text: ?In compliance with the Service Contract Act of 1965, a amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they are employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY (IT IS NOT A WAGE DETERMINATION): Aircraft Mechanic @ $33.50/hour.? The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Mar. 2000), 1352.208-70 Printing (Mar. 2000), 1352.209-71 Organizational Conflict of Interest (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000) 1352.209-73 Compliance with the Laws (Mar. 2000) 1352.215-73 Inquiries (Mar. 2000), 1352.216-70, 1352.242.71, 1352.228-70 Insurance Coverage (Mar. 2000), 1352.228-72 Deductibles (Mar. 2000), 132.233-70 Harmless From Liability (Mar. 2000), 1352.245-70 Government Furnished Property (March 2000), 1352.246-70 Inspection and Acceptance (Mar. 2000), and 1352.252-70 Regulatory Notice (Mar 2000). Full text of these CAR clauses is available upon written request by sending an email to jane.a.allen@noaa.gov. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CASC, Attn: AMD/Jane Allen, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 pm CST, Tuesday, August 24, 2004. Quotes may be faxed to 816-426-7530 Attn: Jane Allen. Award will be made to the bidder offering the best value and who demonstrates compliance with the requirements of this solicitation. Delivery time will also be a consideration in the award selection. The NAICS for this procurement is 336411. This is an unrestricted solicitation with full open competition. SCOPE OF WORK: The contractor shall provide parts, materials, special tools, labor as required to accomplish the following tasks as well as complete all documentation required for compliance with FAA regulations. Provide a price for each line item listed below. 1.) Comply with Technical Bulletin (TB) 212-00-184 Fin Spar Cap Replacement (Cold work Spar). This TB shall include tailboom bearing hangar alignment and ASB (ASB) 212-93-85 Saddle skin. 2.) Comply with TB 212-88-104 Right hand fin doubler. 3.) Comply with TB 212-82-63-replace upper honecomb panel of tailboom baggage. 4.) Comply with TB 212-81-50 Left hand fin doubler. 5.) Comply with TB 212-79-20 Forward bulkhead rework. 6.) Comply with TB 212-94-147 inspection panel to upper baggage compartment. 7.) Comply with TB 212-94-148 Baggage compartment lower doubler. 8.) Comply with TB 212-94-150 Fin triangle doubler. 9.) Remove main rotor blades, crate and prepare them for shipment to customer selected overhaul facility. (Customer will arrange actual shipping through rotor blade inspection vendor). 10.) Strip and paint tailboom in one color and apply registration ?N? number. 11.) Reinstall main rotor blades, track and balance in accordance with Bell Helicopter maintenance instructions. 12.) Perform test flight and return to service. For compliance with the above work, Bell Helicopter approved jigs shall be utilized. The contractor shall provide personnel experienced with installing this Airworthiness Directive. The contractor shall also have accomplished this Airworthiness Directive compliance work at least once within the past two years. The work shall be done in accordance with all current Aircraft Operations Center operating manuals, original equipment manufacturer (OEM), and Federal Aviation Administration publications. The contractor shall be responsible for all documentation (Forms are FAA 8110/337), and logbook entries, as required by FAA regulations and copies provided to Aircraft Operations Center. The place of performance for this work will be at the contractor's facility. NOAA Aircraft Operations Center will make the aircraft available at the the contractor's facility within 5 days of the contract being awarded. SCHEDULE: The contractor must have the ability to complete the Airworthiness Directive work in a maximum of 14 calendar days after aircraft is delivered to contractor's facility. All other work will need to be completed in a total of 21 calendar days. All quotes must include a statement indicating contractor's ability to adhere to this work schedule or present a proposed work schedule if compliance with this request is not possible. Note: An allowance may be made if rotor blades (Item 10 above) are not returned in a timely manner. INSURANCE: The contractor shall incur the following expense during the performance of the work mentioned in this document: Hull and Liability Insurance (Hangar Keepers) in the amount of $1,000,000. Before commencing work on the aircraft, the contractor must provide the Contracting Officer in writing certifying that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation of any material change adversely affecting the Government?s interest shall not be effective for such a period as the laws of the state in which this work is performed prescribe or until 30 days after the insurer or the contractor give written notice to the Contracting Officer, whichever period is longer. The CASC Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
- Place of Performance
- Address: Contractor's Facility
- Record
- SN00643346-W 20040815/040813211826 (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 |