Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
MODIFICATION

16 -- Lockheed Martin P-3 Orion De-ice Boots

Notice Date
5/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
NMAN6000-12-01235
 
Archive Date
7/7/2012
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
ronald.f.anielak@noaa.gov, Sharon.Clisso@noaa.gov
(ronald.f.anielak@noaa.gov, Sharon.Clisso@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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 3 lower fuselage radome pylon De-ice Boots (original part number EEP712-101 and NSN 5342-00-126-4251) for a NOAA P-3 Orion aircraft per statement of work. Delivery is to NOAA Aircraft Operations Center (AOC) at MacDill AFB, Tampa FL. NAICS code is 336413 and the size standard is 1000 employees. This RFQ is being issued unrestricted as to business size. This notice constitutes the only Request for Quote (RFQ). Written quotes are being requested. A hardcopy written RFQ will not be issued. DOC/NOAA 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, quoter 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 RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. 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 Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2012), Section (b) (26), (27), (28), (29), (36), (38), (39), (41), (47) 52.216-1 Type of Contract (APR 1984) (Firm Fixed Price) 52.247-30 F.O.B. Origin, Contractor's Facility (FEB 2006) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-72 Restrictions Against Disclosure (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.233-70 Agency Protests (APR 2010) (b) James Price, DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1756, Kansas City, MO 64106 (c) DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1756, Kansas City, MO 64106 (e) Mark Langstein, US Department of Commerce, Office of the General Counsel, Chief, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 481-5858. 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) 1352.246-70 Place of Acceptance (APR 2010) (DOC/NOAA/AOC/MacDill AFB, FL) 1352.270-70 Period of Performance (APR 2010) 90 days ARO 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://oam.ocs.doc.gov/CAPPS_car.html STATEMENT OF WORK: Specifications: Lockheed Martin is the original manufacturer for the P-3 Orion aircraft. Lockheed Martin has possession of all original P-3 Orion part blueprints, to include this required part EEP712-101. Due to safety of flight, it is imperative that this part be manufactured to OEM specifications. This part was specifically engineered to fit on the lower belly pylon leading edge. It provides protection to the pylon leading edge against ice and rain when the lower pylon was translated down. The De-ice Boot has a heating element in it to prevent ice buildup. The de-ice feature and special ‘glove' fit of the boot around the lower pylon allows the lower radome to translate up and down without getting stuck. This is critical in all phases of flight for aerodynamics and especially during landing as the radome must be in the up position. Attached is the Government's Brand Name Justification for requiring the specific part number. Contractor shall: -Provide and/or Manufacture 3 lower fuselage radome pylon De-ice Boots (original part number EEP712-101 and NSN 5342-00-126-4251) for NOAA P-3 Orion aircraft, -Items shall be per original blueprint drawings, -Provide all necessary materials, tooling, equipment and technical publications to make this item to OEM specifications, -Items shall be tested, inspected, and certified by Contractor as Ready For Installation (RFI), -Items shall be packaged and marked per industry standards, packing shall be such as to prevent moisture intrusion, to prevent corrosion, and to prevent against shipping and storage damage, -Contractor shall provide a 1 year warranty against defects and workmanship after item is installed on the aircraft, -Deliver De-ice Boots within 130 days after receipt of order. NOAA/AOC will: -Fund all transportation cost of the items to NOAA/AOC. Transportation will be via UPS using the NOAA/AOC account. Delivery: Within 130 days after receipt of order. FOB Origin with inspection and acceptance at NOAA/AOC, 7917 Hangar Loop Drive (Hangar, 5), MacDill AFB, Tampa Florida 33621-5401. SCHEDULE OF PRICES: This is an order for commercial items. The line item will be quoted and completed in accordance with the terms and conditions and statement of work specified herein. Prices quoted for CLIN 0001 shall be firm-fixed price inclusive of all costs. LINE ITEM 0001: Provide Lower fuselage radome pylon De-ice Boots (original part No. EEP712-101 and NSN 5342-00-126-4251) for the NOAA P-3 Orion aircraft Quantity: 3 Unit: each Unit Price $________ Total Price $__________ RFQ SUBMISSION Signed and dated quotes must be submitted. Quotes shall be received on or before 1:00PM central time on June 22, 2012. Quotes may be faxed to 816-274-6951 Attn: Ron Anielak or e-mailed to ronald.f.anielak@noaa.gov. Quotes submitted in response to this notice shall include the following in order to be considered responsive to this request: 1. A completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (annual certification may be made at http://orca.bpn.gov and so stated in your quote), 2. All Pricing Information The evaluation of quotes will be conducted as a commercial item acquisition in accordance with Federal Acquisition Regulation Part 12. This may include price, delivery, and other pricing factors. All responsible quoters may submit a response to this notice that will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-12-01235/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN02755361-W 20120524/120523000505-eb396cd3bf9c69a7014146124cf7e85c (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.