Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2011 FBO #3606
SOLICITATION NOTICE

16 -- Honeywell Avionics Protection Plan (HAPP) Service for NOAA Gulfstream IV

Notice Date
10/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC133M-12-RQ-0012
 
Archive Date
10/27/2011
 
Point of Contact
Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
Sharon.Clisso@noaa.gov
(Sharon.Clisso@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this notice. This is a solicitation from the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City Office. The requirement is for a Honeywell Avionics Protection Plan Service (HAPP) for NOAA Gulfstream IV (GIV) SP SN 1246, registration N49RF, for a base year, October 15, 2011 to October 14, 2012 and four one-year options. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. All quotes must be faxed or emailed to the attention of Sharon Clisso, Contract Specialist by 4:00 PM CDT on October 12, 2011. The fax number is 816-274-6922 and the email address is Sharon.Clisso@noaa.gov. DOC, Eastern Acquisition Division - Kansas City Office 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 Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at http://ORCA.BPN.GOV. This notice is hereby issued as RFQ WC133M-12-RQ-0012. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) 52.212-4 Contract Terms and Conditions (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2011), Section (b) (1), (2), (4), (6), (7), (11), (13), (15), (21), (24), (25), (26), (27), (28), (29), (30), (31), (32), (36), (45) 52.216-2 Economic Price Adjustment-Standard Supplies (JAN 1997) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.247-34 FOB Destination (NOV 1991) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.246-70 Place of Acceptance (APR 2010) (DOC/NOAA/AOC/MacDill AFB, FL) FAR clauses and provisions are available on the internet website: http://www.acquisition.gov/far. CAR clauses and provisions are available on the internet website: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0d557a63df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 PRICE/QUOTE: This is contract for commercial services. The line item(s) shall be quoted and completed in accordance with the terms and conditions and the statement of work contained in this notice. The prices quoted for contract line item 0001 shall be firm-fixed price inclusive of all costs. The prices quoted for contract line item 0002 - 0005 are subject to an economic price adjustment in accordance with FAR Clause 52.216-2. The Government intends to award a firm-fixed price purchase order. LINE ITEM 0001: GIV Honeywell Avionics Protection Plan: Base Year, October 15, 2011 - October 14, 2012. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0002: GIV Honeywell Avionics Protection Plan: Option Year 1, October 15, 2012-October 14, 2013 Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0003: GIV Honeywell Avionics Protection Plan: Option Year 2, October 15, 2013-October 14, 2014 Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0004: GIV Honeywell Avionics Protection Plan: Option Year 3, October 15, 2014-October 15, 2015 Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0005: GIV Honeywell Avionics Protection Plan: Option Year 4, October 15, 2015-October 15, 2016 Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ STATEMENT OF WORK 1. Introduction and Background The National Oceanic and Atmospheric Administration (NOAA) owns and operates a Gulfstream IV (GIV) SP SN 1246, registration N49RF. The aircraft is based at NOAA's Aircraft Operations Center (AOC) MacDill AFB in Tampa, Florida and is primarily operated as a high altitude research platform collecting critical data for Hurricane synoptic surveys and Winter Storm Surveillance Missions. This is the only aircraft that is capable of collecting this type of critical data essential for assisting hurricane modelers and track forecasts. During manufacture, the aircraft was outfitted with standard Honeywell avionics equipment as well as some scientific mission equipment such as the advanced weather radar. Due to the high failure rate of Avionics equipment, it is cost effective and mission critical to have a protection plan. In addition, this service protection plan through financial compensation will enhance the serviceability and operation of all the Honeywell instrumentation, which includes required components of the cockpit display system, flight control system, flight management system, inertial navigation systems, Satellite Communications system, GPS, radar altimeter, and weather radar. All above mentioned systems are required for the airworthiness of the aircraft. This program offers a viable alternative for managing future unscheduled maintenance expenses. As a HAPPS operator, AOC expects to receive replacement units in exchange for any inoperable or malfunctioning Honeywell components in the NOAA GIV. Shipping will also be financially covered under this protection plan. The NOAA GIV SN1246 has been under the Honeywell Avionics Protection Plan (HAPP) since 2004 and is very satisfied with the service. 2. Scope of Work and Honeywell Obligation The vendor shall be responsible for repairing or replacing Honeywell Avionics Products installed in the GIV SP SN1246 that do not conform to the operational specifications of the particular Honeywell component. This applicable information is contained in the Honeywell component Manual. The vendor shall be responsible for providing next day air freight within the Continental United States including Alaska and Hawaii when available, to the repair facility or the location of the aircraft if different. The vendor shall pay the costs for unit removal and re-installation (R&R) in the GIV SP SN1246 and for the cost of system troubleshooting, providing such are accomplished by an authorized Honeywell Dealer/Service Agency. The vendor shall provide a no cost rental if applicable until the aircraft's Honeywell unit is repaired and returned. If there are further complications with the repaired unit, the vendor shall provide a new or overhauled part different from the off unit. The vendor shall provide a quotation which includes full protection responsibility for all of the Honeywell components and equipment currently installed on the aircraft. If any new equipment is added to the aircraft during the period of performance of this contract, the scope of the contract may be altered to include that equipment, if it is not covered under the manufacturer's initial warranty. The vendor shall include any exclusions and a description of what is not covered in the quotation. If Honeywell components are experiencing intermittent or hard failures, it is requested that a replacement component be shipped by the vendor to the facility where the aircraft is located regardless of whether the location is a certified Honeywell repair station or service provider. Aircraft Information: GIV SP SN1246 Avionics -SPZ 8400 Manufacture Date: 1994 Total Aircraft Time-5839.4 Hours Total Landings/Cycles-2056 3. Period of Performance This protection plan is to begin coverage at 12:01 AM on October 15, 2011 and extend for one base year through 12:00 PM on October 14, 2012 with four one-year options that will be renewed at the discretion of the government prior to the expiration of the existing plan. 4. Submittal of Invoices: (EAD-KC OFFICE ADDENDUM TO FAR 52.212-4(g)) The Contractor shall prepare and submit invoices to the Aircraft Operations Center (AOC) using the address shown in Block 15 of the Solicitation/Contract/Order for Commercial Items-Standard Form 1449. All invoices shall be based on work completed as of the end of the Contractor's most recent billing period and shall be submitted to AOC by the 10th day of the subsequent month.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133M-12-RQ-0012/listing.html)
 
Record
SN02604421-W 20111009/111007234156-2136db25a9308f20f7ecf5a5648629c8 (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.