Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2005 FBO #1487
SPECIAL NOTICE

J -- Removal & Installation of Fuel Tanks & Wings, Interior Refurbishing

Notice Date
12/20/2005
 
Notice Type
Special Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
Reference-Number-APWSAVFC-0003-6
 
Response Due
1/11/2006
 
Archive Date
1/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Wildlife Services (WS), Cedar City UT, has a requirement to purchase three (3) new fuel tanks with removal of the old tanks and the installation of the new tanks. Installation only of 23 gallon fuel tanks. Removal and installation of slotted wings. Interior refurbishing and conduct 24 FAA required annual inspections. Conduct FAA required annual inspections. (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is APWSAVFC-0003-6 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html. (iv) This solicitation is a small business set-aside. The associated North American Industry Classification System (NAICS) code is 488190, business size standard for this code is $6.0 in millions of dollars. (v) (vi) This requirement consists of five (5) line items to purchase supplies and services which include: (1) Purchase and installation of 3 sets of new fuel tanks and the removal of old fuel tanks from three Super Cubs (N746, N744, N726). (2) The installation only of 23 gallon fuel tanks in sets of Dakota Cub slotted wings (Government furnished). (3) Remove old wings and install new slotted wings on Super Cub (N41529, N863). (4) Refurbish Interiors in three Super Cubs (N746, N41529, N726). (5) Conduct 24 FAA required annual inspections in accordance with CFR 14 part 43 and AC 43:13-1 and 43:13-2. Requirements: 1. Must be capable of extensive tube steel and fabric work. 2. Facility must have on staff a minimum of two FAA certificated Airframe and Powerplant Mechanics (A&P) plus one lead mechanic who holds FAA Powerplant & Airframe Mechanic certification and must hold FAA Inspection Authorization (IA). It is anticipated that a firm-fixed price contract will be awarded. The Government intends to issue a single solicitation and make a single award to one responsible offeror whose quote will be most advantageous to the Government, price and other factors considered. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fedbizipps.gov. (vii) Deliverables and acceptance of deliverables will be F.O.B. Destination, Cedar City, UT. Applicable FAR clauses are incorporated by reference: (viii) 52.212-1 Instructions to Offerers ? commercial Items (01/04); (ix) 52.212-2, Evaluation ? Commercial Items (01/99). The following text is added to Paragraph (a) of FAR 52.212-2: The following factors will be used to evaluate offers: technically acceptable; price and past performance (Offerors are to provide a list of most current references for similar work. The offeror shall provide the name, address, telephone number and e-mail address of the point of contact for each reference provided). Technically acceptable, past performance and price will have equal weight.; The following shall also be used to evaluate technically acceptable: 1) Offeror?s facility and ability to service Cedar City from location (offerors with facilities located near the Wildlife Services Aviation Training Facility will be rated higher). 2) Experience and knowledge of aircraft. 3) Experience with special modifications to aircraft, particularly aircraft fuselages. 4) Experience with removal and installation of wing fuel tanks. 5) Knowledge and experience of FFA337 Major Repair/Alteration procedures and FFA337 Completion will be considered in making the award decision. Please provide a narrative that addresses the above five factors. Provide enough information so that an evaluator can rate the above five factors.; (x) 52.212-3 Offerers Representations and Certifications ? Commercial Items (01/04) ? THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions ? Commercial Items (10/03); (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (03/04); ); (xiii) 52.204-6 Data Universal Numbering System (DUNS) Number; 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (10/03). Reference FAR clauses can be accessed for review on the Internet at: http://www.arnet.gov/far. The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities (02/99); 52.232-30 Installment Payments on Commercial Items (10/95); 52.222-26 Equal Opportunity (04/02) (E.O. 11246); 52.225-13 Restrictions on Certain Foreign Purchases (12/03); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (10/03) (31 U.S.C. 3332); 52.219-6 Notice of Total Small Business Set-Aside (06-03) (15 U.S.C. 644); 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (06-04) (E.O. 13126); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (12/01) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (06/98) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (12/01) (38 U.S.C. 4212); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (01/05). (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) Number Note 1 applies to this acquisition. All responsible sources may submit a quotation for consideration. (xvi) QUOTATIONS ARE DUE JANUARY 11, 2006, by 4:00 p.m. central standard time (cst). (xvii) Submit faxed quotation to ?Purchasing Section?, at (612) 370-2136 attention Sheree Johnson WITH SIGNED ORIGINAL FORWARDED BY MAIL TO: USDA APHIS Purchasing, Attn: Sheree Johnson, Butler Square 5th floor, 100 North Sixth Street, Minneapolis, MN 55403. Effective October 1, 2003, the Federal Acquisition Regulation (FAR), requires that contractors be registered in the Central Contractor Registration (CCR) System before they can be awarded contracts. Vendors may register with CCR online at www.ccr.gov or by calling 1-800-324-3414. Offers must include tax payer federal identification number, DUNS number, and business size. A COMPLETED QUOTE WILL CONSIST OF: 1. Addendum II ?Price schedule?. 2. Signature on the price schedule. 3. Completed copy of the provision FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. 4. Narrative explaining the evaluation factors: (1) Offeror?s facility and ability to service Cedar City from location (offerors with facilities located near the Wildlife Services Aviation Training Facility will be rated higher). 2) Experience and knowledge of aircraft. 3) Experience with special modifications to aircraft, particularly aircraft fuselages. 4) Experience with removal and installation of wing fuel tanks. 5) Knowledge and experience of FFA337 Major Repair/Alteration procedures and FFA337). 5. References for similar work. Failure to provide this information will result in the vendor not being considered for award.
 
Place of Performance
Address: Aviation Training and Operations Center, 2280 West Aviation Way, Cedar City, UT
Zip Code: 84720
Country: USA
 
Record
SN00955118-W 20051222/051221075326 (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.