SOLICITATION NOTICE
15 -- Procure one (1) New (With No More Than 150 Hours) KA 350ER Aircraft,
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-12-R-0462
- Response Due
- 9/28/2012
- Archive Date
- 11/27/2012
- Point of Contact
- Mark E Carlson, 256-876-7230
- E-Mail Address
-
ACC-RSA - (Aviation)
(mark.e.carlson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. Synopsis: This is a combined synopsis/solicitation for the procurement of commercial items prepared in accordance with the format in FAR 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. This combined synopsis/solicitation is issued as an unrestricted full and open competition under solicitation number W58RGZ-12-R-0462. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. Requirement Description: SCOPE. This scope describes a brand name commercial item, which is a Hawker Beechcraft King Air Model 350ER aircraft with certain commercially available factory installed equipment. DEFINITION OF King Air 350ER. For the purposes of this solicitation, the King Air 350ER is defined as an FAA designated B300 aircraft equipped with FL8000 Extended Range Package as defined below. PRIME ITEM. The prime item is one new King Air Model 350ER aircraft with extended range package, certain factory installed optional equipment, inspection and acceptance tests, standard publications set, and standard warranty. The original equipment manufacturer brand name is Hawker Beechcraft Corporation and no substitutions are acceptable. All references to product descriptions and options are in accordance with Beechcraft King Air 350ER Standard Equipment List, FL-792 through FL-847 and Hawker Beechcraft Special Missions King Air 350ER Optional Equipment. REQUIERMENT (Product) DESCRIPTION: KING AIR MODEL 350ER. The basic aircraft platform shall be a new condition KA350ER to be delivered as a FL8000 with option FL8060 Slick Interior Option. The KA350ER configuration is manufactured with the FL8000 Extended Range Package and Rockwell Collins Pro Line 21 integrated avionics system and will include all items in the Standard Equipment List IAW with the above mentioned reference. New condition means fewer than 150 operating hours with any remaining or new factory warranty. The delivered item shall comply with all provisions of FAA Part 23 Certificate Data Sheet A24CE. Optional Equipment, Nav 1 and Nav 2 upgraded to Rockwell Collins NAV-4000E that provides extended frequency range to VHF communications. Optional Equipment to be installed prior to delivery. Option Code, FL7300 Extended Center Flight Pedestal Center flight deck pedestal extended 24 inches Blank-off panels installed at unoccupied spaces Option Code, FL4015 2nd FMS and 2nd GPS (With WAAS and LPV) Add FMS-3000 and CDU-3000 system: no comm. Control Option Code, FL4018 Video Capable Multi-Function Display Installs the OCM-3100 Options Control Modules to provide functional video capable multi-function display. Optional Equipment, Tactical Air Navigation Aid kit; TCN-500 System provided as FAA approved Installation Kit Includes 1 receiver-transmitter with avionics tray Includes 1 control-display for pedestal mounting Includes 2 antenna Includes interconnecting cables kit Optional Equipment, 2 Forward Facing Cabin Chairs; Standard cabin passenger seats Aircraft shall be painted IAW TM 55-1500-345-23, with a Polyurethane, Aircraft Gray, Exterior, MIL-DTL-53039, or commercial equivalent that meets MILSPEC. CONTRACTOR QUALITY ASSURANCE. The Contractor shall perform inspections and acceptance tests to enable delivery of the prime. Commercial aircraft acceptance processes may be used. A Check Flight that demonstrates full functionality of the basic aircraft and factory installed equipment may be conducted prior to acceptance. Acceptance tests may include up to 10 to 12 hours aircraft operation, which may be accumulated without invalidating compliance with the requirement to deliver a new condition aircraft. Provisions shall be made to enable Government witness of all Contractor inspections and acceptance tests including the Check Flight. STANDARD PUBLICATIONS SET. Documentation and technical publications shall be provided with delivery of the basic aircraft. The following shall be provided at a minimum: Pilot's Operating Handbook FAA Approved Airplane Flight Manual Aircraft Technical Log for aircraft Aircraft Technical Log for engines Aircraft Technical Log for propellers Pilots Guides User Guides for avionics Pilot's Checklist Flight Log Supplementary Log Maintenance Inspection Log Maintenance Information Sheet Maintenance Manual Component Maintenance Manuals Wiring Diagram Manual Parts Manual Printed Circuit Board Manual FACTORY WARRANTY. Full or residual warranty of the basic aircraft and factory installed equipment shall be provided or transferred to the Government. Delivery: Required delivery for the basic requirement for one (1) each aircraft is 45 days after contract award. Required delivery date for the option quantity of up to two (2) each aircraft is 90 days after option exercise date. Early delivery is desirable and acceptable at no additional cost to the Government. Inspection/Acceptance/FOB Point: Inspection and acceptance of the aircraft shall be at source. The FOB point shall also be at source. The shipping address is currently unknown and will be provided at a later date. Transportation will NOT be an evaluation factor for award. Packaging and Marking: Packaging requirements are in accordance with best commercial practices. FAR and DFARS Provisions and Clauses: This solicitation incorporates one or more solicitation provisions/clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1Instructions to Offerors Commercial, applies to this acquisition. FAR 52.212-2Evaluation - Commercial Items First Blank to be filled: Technical capability of the item offered to meet the Government requirement and price which are equal in weight. Small disadvantaged business participation is not being evaluated by the Government. Second Blank to be filled: Not Applicable. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and the following applicable FAR clauses should be checked: FAR 52.203-6Restrictions on Subcontractor Sales to the Government with Alternate I FAR 52.203-13Contractor Code of Business Ethics and Conduct FAR 52.219-8Utilization of Small Business Concerns FAR 52.219-9Small Business Subcontracting Plan FAR 52.219-25Small Disadvantaged Business Participation Program Incentive Subcontracting FAR 52.222-3Convict Labor FAR 52.222-19Child Labor Cooperation with Authorities and Remedies FAR 52.222-21Prohibition of Segregated Facilities FAR 52.222-26Equal Opportunity FAR 52.222-35Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36Affirmative Action for Workers with Disabilities FAR 52.222-37Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-50Combating Trafficking in Persons FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.217-5Evaluation of Options FAR 52.217-7Option for Increased Quantity - Separately Priced Line Item Insert in the blank, "180 days after contract award." FAR 52.247-50No Evaluation of Transportation Costs The following DFARS provisions and clauses are incorporated by reference DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this acquisition and are applicable: FAR 52.203-3 Gratuities DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders DFARS 252.227-7015 Technical Data - Commercial Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Report DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Full Text Clauses: Option for Two (2) Additional New (With No More Than 150 Hours) KA 350ER Aircraft a. The Government may, at its discretion, unilaterally exercise an Option for Two (2) Additional New (With No More Than 150 Hours) KA 350ER Aircraft. The option exercise period shall be no more than 180 days after contract award. This Option may be exercised more than one time within the option exercise period as long as the cumulative total does not exceed the upper range quantity of two (2) each for that CLIN. b. The Government reserves the right to exercise this Option concurrent with contract award. The contractor shall provide as part of his technical proposal a FAA Type Certificate, FAA Supplemental Type Certificate, and FAA Production Certificate. In addition, the contractor shall address how his proposed aircraft will meet the requirements of the Purchase Description. The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, and Defense FAR Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications Commercial Items, with its proposal submission. The contractor shall provide the following documentation with its proposal submission: a. The tail number(s) identifying the aircraft the contractor plans to deliver to meet the Government's requirements. b. A technical data sheet demonstrating the aircraft meets the purchase description. c. If the contractor plans to propose any equipment or support that is in addition to the Government's requirements description set forth above (e.g., additional equipment, pilot training, or technical support), these costs shall be set forth as separately priced items in the contractor's proposal. There will be no evaluation of these separately priced items in determining price reasonableness. d. The contractor shall document its ability to deliver the aircraft by the required delivery date (45 days after contract award) and the outyear delivery dates (90 days after option exercise date) if the option is exercised by the Government. e. The contractor shall provide documentation to demonstrate: (1) the aircraft is airworthy as defined by FAA Part 91 requirements, which includes all required inspections/TBOs; (2) all replacement parts meet FAA/OEM requirements; (3) all work has been accomplished by FAA-approved technicians, using FAA/OEM approved technical data; (4) and all records of maintenance, alterations and inspections have been accomplished IAW FAA-approved requirements. f. The contractor's acceptance procedure/plan for commercial aircraft. EVALUATION FACTORS FOR AWARD The following evaluation factors will be used to evaluate each proposal: A single award will be made to the offeror whose proposal is most advantageous to the Government based upon an integrated assessment of the evaluation factors described below. FACTOR 1: Technical. The Technical factors consist of the minimum technical requirements set forth in this RFP. a. Currently a FAA Type Certified Aircraft b. Delivery of the first aircraft 45 days after contract award and delivery of the option quantity aircraft 90 days after option exercise. c. Worldwide deployable, capable of greater than 2,300 nautical miles, unrefueled and without removable auxiliary tanks d. Pressurized cabin and passenger area of at least 350 cubic feet e. Capable of continuous flight operation below 160 knots true airspeed at all altitudes without flaps extended or gear lowered f. Maximum payload capability not less than 3,500 lbs g. Service ceiling of at least 35,000 feet mean sea level h. Electrical capabilities of not less than 300 amp generators per engine Each offeror's proposal will be evaluated as "acceptable" or "not acceptable" using the rating descriptions in the chart below after a review of the supplemental documentation required in the proposal submittal set forth above in this solicitation: Technical Acceptable/Unacceptable Ratings: (a) Acceptable - Proposal clearly meets the minimum requirements of the solicitation (b) Unacceptable - Proposal does NOT clearly meet the minimum requirements of the solicitation In order to be considered awardable, there must be an "acceptable" rating in every technical factor. FACTOR 2: Past Performance: Go-No Go, pending verification of exclusion on the Excluded Parties List, https://www.epls.gov ; www.sam.gov. Please note that small business participation is not being evaluated by the Government. FACTOR 3: Cost/Price: The resulting award will be a firm-fixed-price contract. A price reasonableness approach will be utilized by the Government to determine that the proposed prices are fair and reasonable. The Government will evaluate offers by adding the total price for the option quantity to the total price for the basic requirement. An offer may be determined to be unacceptable if the option prices are significantly unbalanced. There will be no evaluation of transportation costs in determining price reasonableness as the exact destination is not known at this time and it is impractical to establish a tentative delivery place for purposes of evaluating transportation costs. The Technical factor is equal in importance to Cost/Price factor. Closing Date and Time: The offerors proposal, consisting of two (2) complete copies, must be signed, dated and delivered or mailed to the following office no later than 4:00PM. (Central) on September 28, 2012: US Army Contracting Command, ATTN:CCAM-AR-A/Roosevelt Augustus, 650 Discovery Drive, Huntsville, Alabama 35806. See Notes 1 and 22. NO FAXES OR PHONE CALLS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/94c57dee2f69b5f392384fba1ac1885c)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM-AR-A, 650 Discovery Drive Huntsville AL
- Zip Code: 35806
- Zip Code: 35806
- Record
- SN02881240-W 20120915/120914000711-94c57dee2f69b5f392384fba1ac1885c (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 |