SOLICITATION NOTICE
X -- HANGAR FOR TWIN OTTER AT HYANNIS, MA FOR NOAA/AOC
- Notice Date
- 10/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- 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
- NMAN6000-13-00056
- Archive Date
- 11/14/2012
- 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
- Total Small Business
- Description
- This is an action anticipated to be over $10,000.00. DESCRIPTION This is a 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 announcement. This is a solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, FL. AOC intends to issue a fixed price purchase order for lease of hangar space and services in the Hyannis, MA area for a DHC-6 Twin Otter aircraft from November 15, 2012 thru March 15, 2013. This notice constitutes the only Request for Quote (RFQ). Written quotes are being requested. A hardcopy written RFQ will not be issued. DOC, EAD requires that all contractors doing business with this office be registered with the System Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: http://www.sam.gov. In order to register, all firms 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. This notice is hereby issued as RFQ No.NMAN6000-13-00056. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-56. CLAUSES AND PROVISIONS The FAR (52) and CAR (1352) clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUNE 2008) 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) 52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2011) Section (b) (11i), (24), (25), (26), (27), (36), (45) 52.217-8 Option to Extend Services (NOV 1999) (By March 1, 2012) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) FAR 52 clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR 1352 clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. STATEMENT OF WORK: a) BACKGROUND. The National Oceanic and Atmospheric Administration (NOAA) owns/operates four DHC-6 Twin Otter aircraft in various locations throughout the United States, Mexico, and Canada. It has been determined that one of these DHC-6 Twin Otter aircraft will be based out of the Hyannis, MA area to be operated in support of critical marine mammal surveys, law enforcement and marine sanctuary related research. Due to winter weather conditions in the Hyannis area, it is necessary that the Twin Otter aircraft be kept in a hangar during the period November 15, 2012 through March 15, 2013. The hangar will protect the aircraft from the environment as well as protect the flight crew and maintenance personnel while performing routine maintenance and pre and post-flight activities through the winter months. SCOPE: NOAA Twin Otter aircraft will be operating out of Hyannis, MA in support of marine mammal surveys in the Atlantic Ocean. There will be a NOAA Twin Otter mechanic in Hyannis supporting the aircraft at all times except for short periods when the mechanic's services are requested to support aircraft in other locations. Only one Twin Otter is required in the hangar at one time. However, if maintenance or equipment installation is required, there may be a request to shift one aircraft out on the ramp to allow another one access. The contractor shall provide heated hangar space for one (1) DHC-6 Twin Otter having a wing span of 65 feet and 19 feet high at the tail. Heated hangar means that the hangar is maintained at a temperature above 40 degrees Fahrenheit. Flight crews shall have access to the aircraft 24 hours a day, 7 days a week. The contractor can determine if access will be available using on-site personnel that are available at any time, or if not available, issue keys to the flight crews for the hangar where the aircraft is stored. Security clause 1352.239-73 does not apply to the SOW and a Security Accreditation Package is not required. The following services are requested as part of the hangar rental price. If there are extra charges or fees for any of these services in addition to the fixed base hangar rental price, provide separate pricing information for each item: 1)Ground support equipment use including: a)DC external power unit, b)Ground service equipment on an as needed basis, c)Tow vehicle for aircraft movement in and out of hangar. 2)Hangar amenities including: tools, equipment, consumables, phones, heat and DC power, 3)24-hour access for maintenance and flight crew, 4)Storage space in hangar for extra gear and equipment 5 ft x 5 ft, 5)Acceptance of Multiservice Air Card for payment of incidentals. b) PERFORMANCE PERIOD. The hangar lease is required from November 15, 2012 thru March 15, 2013. However, the Government reserves the right to depart early from the survey site and from use of the hangar without incurring any additional fees or penalties associated with departing earlier than March 15, 2013. At the conclusion of the lease, Government owned parts, equipment, and property shall be returned to the Government. c) INSURANCE. The contractor shall at its own expense, provide and maintain hull liability insurance of not less than $2,000,000.00 to cover the aircraft in the event of fire or any catastrophic damage to the hangar resulting in loss or damage to the aircraft. Contractor shall provide the Contracting Officer written documentation that the required insurance has been obtained along with a copy of the insurance certificate. d) CONTACT: at AOC, ENS David Cowan, Tel. No. 813-828-3310 x3023 e) SUBMITTAL OF INVOICES. Contractor shall submit invoices to AOC using the address shown in block 15 of the Standard Form 1449 Solicitation/Contract/Order for Commercial Items to be issued at time of award. PRICE/QUOTE: This is an order for commercial services. The line item(s) will be quoted and completed in accordance with the terms and conditions and specifications specified herein. Lease shall be in accordance with standard commercial practice. Prices quoted for contract line item number (CLIN) 0001 shall be fixed-price inclusive of all costs. LINE ITEM 0001: Provide hangar space and services for a DHC-6 Twin Otter per statement of work for period November 15, 2012 thru March 15, 2013. 4 months $___________/month Total $_________ Additional Charges, if any, if there are other costs that are not listed, contractor shall include on blank line provided. If there is no charge for an item listed, contractor shall so indicate. Charge for Hangar Door Opening: $__________ per opening Maximum daily charge for hangar door opening: $___________ per day Charge for power cart start: $_______________per start Charge for tow vehicle: $_________________ per use Charge for forklift: $____________________ per use Charge for internet service, phone/fax/copier: $______________ Additional charges not listed: $______________________ Signed and dated quotes shall be submitted. Quotes shall be received on or before 1:00PM central time on October 30,2012. Quotes may be faxed to 757-664-3618 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. Proof of Insurance in the amount required, 2. Past Performance References (no more than 3), 3. Pricing Information The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12. The evaluation of quotes shall be based on the offeror's responsiveness to the items listed, offeror's price proposal, and the offeror's ability to exhibit an understanding of the requirements. The Government will award the purchase order to the contractor that is the best value for the service. All responsible offerors 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/NMAN6000-13-00056/listing.html)
- Place of Performance
- Address: contractor's facilty, United States
- Record
- SN02916032-W 20121020/121018234458-33c66a9fc17cf9af28c3722f5e23a8af (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 |