MODIFICATION
J -- HARTZELL PROPELLER FULL SERVICE FOR NOAA, AIRCRAFT OPERATIONS CENTER, MACDILL AFB, FL
- Notice Date
- 3/18/2013
- Notice Type
- Modification/Amendment
- 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
- NMAN6000-13-00377
- Archive Date
- 4/10/2013
- 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 amendment No. 1 issued to the subject solicitation. Following are changes to the combined synopsis/ solicitation: CLAUSES AND PROVISIONS 1. Change Clause 52.212-5 to read (JAN 2013) Section (b) (12i), (23), (26), (27), (28), (29), (38), (39), and (47) 2. Delete clause 52.222-49 in its entirety. 3. Add Clause 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification (NOV 2007) SCHEDULE OF PRICES: 1. Change the wording of entire paragraph to the following: This is an order for commercial services. The line items will be quoted and completed in accordance with the terms and conditions and statement of work specified herein. All line items may be exempt from the Service Contract Act if the successful offeror certifies to the conditions in paragraph (a) of FAR Clause 52.222-52 and the Contracting Officer determines in accordance with FAR 22.1003-4(d)(3) that the Service Contract Act will not apply. Prices quoted for CLINs 0001, 0002, 0003, 0004, 0006, 0007, 0008, 0009, 0010, 0012, 0013, 0014, 0015, 0016, 0018, 0019, 0020, 0021, 0022, 0024, 0025, 0026, 0027, 0028, and 0030 shall be firm-fixed price inclusive of all costs. CLINs 0005, 0011, 0017, 0023, and 0029 are on a time and materials not-to-exceed basis with firm fixed amounts for loaded labor rates, parts discounts, etc. It is not the intent of the Government to purchase a new propeller (CLINS 0006, 0012, 0018, 0024, & 0030) each year. Because the year(s) of purchase are unknown, the contractor is required to provide its new propeller price for each year. RFP SUBMISSION 1. Change closing date to March 26, 2013 2. Change FAX number to 757-664-3844 All other terms and conditions of the synopsis are unchanged. 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 full Hartzell propeller service for 4 fully-deiced DHC-6-300 Twin Otter aircraft, 1 fully-deiced AC695A Jet Prop Turbo Commander aircraft, and 1 fully-deiced B300C King Air aircraft for the NOAA Aircraft Operations Center (AOC) at MacDill AFB, Tampa FL. It is intended for the Government to issue an indefinite delivery-indefinite quantity (IDIQ) Task Order type contract from this solicitation. This notice constitutes the only Request for Proposal (RFP). Written proposals are being requested. A hardcopy written RFP will not be issued. DOC/NOAA Eastern Acquisition Division - Kansas City Office requires that all contractors doing business with this office be registered in the System for 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 quoters 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 its Representations and Certifications in SAM. This notice is hereby issued as RFP No. NMAN6000-13-00377. This RFP and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) [Paragraph (c) is amended from 30 days to 60 days] 52.212-2 Evaluation-Commercial Items (JAN 1999) (Evaluation Criteria see RFP Submission section, Technical & Past Performance when combined are equal to price) 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 (MAY 2011), Section (b) (12i), (23), (26), (27), (29), (38), (39),and (47) 52.216-1 Type of Contract (APR 1984) (Firm Fixed Price) 52.217-8 Option to Extend Services (NOV 1999) within 60 days before the contract will expire 52.217-9 Option to Extend the term of the Contract (MAR 2000) (a) within 60 days before the contract is set to expire, 60 days; (c) shall not exceed 5 years 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Sevices-Certification (NOV 2007) 52.232-18 Availability of Funds (APR 2010) 52.247-29 F.O.B. Origin (FEB 2006) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) (To be designated at time of award) 1352.209-72 Restrictions Against Disclosure (APR 2009) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.216-70 Contract Type Firm Fixed Price Indefinite Delivery-Indefinite Quantity Task Order Contract 1352.216-74 Task Orders (APR 2010) 1352.216-7 Minimum and Maximum Contract Amounts (APR 2010) Minimum $2,000.00 Maximum $300,000.00 1352.216-76 Placement of Orders (APR 2010) a warranted Contracting Officer at NOAA Eastern Acquisition Division either in Kansas City, MO or Norfolk, VA. 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) Base period is from date of award through one year thereafter followed by four one year option periods. TEXT FILE: Tax Liability Statement 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: See attachment SCHEDULE OF PRICES: This is an order for commercial services. The lines item will be quoted and completed in accordance with the terms and conditions and statement of work specified herein. All line items may be exempt from the Service Contract Act if the successful offeror certifies to the conditions in paragraph (a) of FAR Clauses 52.222-52 and the Contracting Officer determines in accordance with FAR 22.1003-4(d((3) that the Service Contract Act will not apply. Prices quoted for CLINs 0001, 0002, 0003, 0004, 0006, 0007, 0008, 0009, 0010, 0012, 0013, 0014, 0015, 0016, 0018, 0019, 0020, 0021, 0022, 0024, 0025, 0026, 0027, 0028, and 0030 shall be firm-fixed price inclusive of all costs. CLINs 0005, 0011, 0017, 0023, and 0029 are on a time and materials not-to-exceed basis with firm fixed amounts for loaded labor rates, parts discounts, etc. It is not the intent of the Government to purchase a new propeller (CLINs 0006, 0012, 0018, 0024, & 0030) each year. Because the year(s) of purchase is unknown, the contractor is required to provide its new propeller price for each year. BASE YEAR - Date of award thru Twelve months thereafter. LINE ITEM 0001: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price $________ LINE ITEM 0002: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B3TN-5D propeller for the AC695A Jet Prop Turbo Commander aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $__________ LINE ITEM 0003: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B4MP-3C propeller for the B300C King Air aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0004: On-site dynamic balancing of HARTZELL propeller in accordance with the Statement of Work. Price shall include all travel and associated expenses to and from AOC and all other items of expense to accomplish the dynamic balancing. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0005: Over-And-Above Items for work outside normal zero-time inspection, overhaul, repair, and dynamic balancing. Also including performing/installing upgrades or other identified repairs not covered under CLIN 0001, 0002, 0003, or 0004. To be paid when items have been approved by the Contracting Officer or their representative. A not-to-exceed amount will be determined by the Government. Contractor exceeds that amount at its own risk. Fully loaded labor rates include base rate, overhead, fringe benefits, general and administrative (G&A), each and every other item of expense, and profit. Routine maintenance items shall be in accordance with offeror's published price list and NOT on a time-and-material basis. Fully Loaded Regular Labor Rate: $____________/hour Fully Loaded Overtime Labor Rate: $____________/hour New Parts Discount/Markup from cost percent (if any) _________% Other Parts Discount/Markup from cost percent (if any) ________% LINE ITEM 0006: Purchase Price for a new Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft. Estimated Quantity: 1 Unit: ea Unit Price: $___________ OPTION YEAR 1 - Twelve months following end of Base Year. LINE ITEM 0007: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price $________ LINE ITEM 0008: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B3TN-5D propeller for the AC695A Jet Prop Turbo Commander aircrat in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0009: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B4MP-3C propeller for the B300C King Air aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0010: On-site dynamic balancing of HARTZELL propeller in accordance with the Statement of Work. Price shall include all travel and associated expenses to and from AOC and all other items of expense to accomplish the dynamic balancing. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0011: : Over-And-Above Items for work outside normal zero-time inspection, overhaul, repair, and dynamic balancing. Also including performing/installing upgrades or other identified repairs not covered under CLIN 0001, 0002, 0003, or 0004. To be paid when items have been approved by the Contracting Officer or their representative. A not-to-exceed amount will be determined by the Government. Contractor exceeds that amount at its own risk. Fully loaded labor rates include base rate, overhead, fringe benefits, general and administrative (G&A), each and every other item of expense, and profit. Routine maintenance items shall be in accordance with offeror's published price list and NOT on a time-and-material basis. Fully Loaded Regular Labor Rate: $____________/hour Fully Loaded Overtime Labor Rate: $____________/hour New Parts Discount/Markup from cost percent (if any) _________% Other Parts Discount/Markup from cost percent (if any) ________% LINE ITEM 0012: Purchase Price for a new Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft. Estimated Quantity: 1 Unit: ea Unit Price: $_____________ OPTION YEAR 2 - 12 months following end of Option Year 1. LINE ITEM 0013: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $________ LINE ITEM 0014: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B3TN-5D propeller for the AC695A Jet Prop Turbo Commander aircrat in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $__________ LINE ITEM 0015: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B4MP-3C propeller for the B300C King Air aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0016: On-site dynamic balancing of HARTZELL propeller in accordance with the Statement of Work. Price shall include all travel and associated expenses to and from AOC and all other items of expense to accomplish the dynamic balancing. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0017: : Over-And-Above Items for work outside normal zero-time inspection, overhaul, repair, and dynamic balancing. Also including performing/installing upgrades or other identified repairs not covered under CLIN 0001, 0002, 0003, or 0004. To be paid when items have been approved by the Contracting Officer or their representative. A not-to-exceed amount will be determined by the Government. Contractor exceeds that amount at its own risk. Fully loaded labor rates include base rate, overhead, fringe benefits, general and administrative (G&A), each and every other item of expense, and profit. Routine maintenance items shall be in accordance with offeror's published price list and NOT on a time-and-material basis. Fully Loaded Regular Labor Rate: $____________/hour Fully Loaded Overtime Labor Rate: $____________/hour New Parts Discount/Markup from cost percent (if any) _________% Other Parts Discount/Markup from cost percent (if any) ________% LINE ITEM 0018: Purchase Price for a new Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft. Estimated Quantity: 1 Unit: ea Unit Price: $_____________ OPTION YEAR 3 - 12 months following end of Option year 2. LINE ITEM 0019: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $________ LINE ITEM 0020: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B3TN-5D propeller for the AC695A Jet Prop Turbo Commander aircrat in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0021: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B4MP-3C propeller for the B300C King Air aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0022: On-site dynamic balancing of HARTZELL propeller in accordance with the Statement of Work. Price shall include all travel and associated expenses to and from AOC and all other items of expense to accomplish the dynamic balancing. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0023: : Over-And-Above Items for work outside normal zero-time inspection, overhaul, repair, and dynamic balancing. Also including performing/installing upgrades or other identified repairs not covered under CLIN 0001, 0002, 0003, or 0004. To be paid when items have been approved by the Contracting Officer or their representative. A not-to-exceed amount will be determined by the Government. Contractor exceeds that amount at its own risk. Fully loaded labor rates include base rate, overhead, fringe benefits, general and administrative (G&A), each and every other item of expense, and profit. Routine maintenance items shall be in accordance with offeror's published price list and NOT on a time-and-material basis. Fully Loaded Regular Labor Rate: $____________/hour Fully Loaded Overtime Labor Rate: $____________/hour New Parts Discount/Markup from cost percent (if any) _________% Other Parts Discount/Markup from cost percent (if any) ________% LINE ITEM 0024: Purchase Price for a new Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft. Estimated Quantity: 1 Unit: ea Unit Price: $____________ OPTION YEAR 4 - twelve months following end of Option Year 3 LINE ITEM 0025: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $________ LINE ITEM 0026: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B3TN-5D propeller for the AC695A Jet Prop Turbo Commander aircrat in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0027: Inspection, overhaul, and repair services to zero-time a Hartzell HC-B4MP-3C propeller for the B300C King Air aircraft in accordance with statement of work. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0028: On-site dynamic balancing of HARTZELL propeller in accordance with the Statement of Work. Price shall include all travel and associated expenses to and from AOC and all other items of expense to accomplish the dynamic balancing. Estimated Quantity: 1 Unit: job Unit Price: $___________ LINE ITEM 0029: Over-And-Above Items for work outside normal zero-time inspection, overhaul, repair, and dynamic balancing. Also including performing/installing upgrades or other identified repairs not covered under CLIN 0001, 0002, 0003, or 0004. To be paid when items have been approved by the Contracting Officer or their representative. A not-to-exceed amount will be determined by the Government. Contractor exceeds that amount at its own risk. Fully loaded labor rates include base rate, overhead, fringe benefits, general and administrative (G&A), each and every other item of expense, and profit. Routine maintenance items shall be in accordance with offeror's published price list and NOT on a time-and-material basis. Fully Loaded Regular Labor Rate: $____________/hour Fully Loaded Overtime Labor Rate: $____________/hour New Parts Discount/Markup from cost percent (if any) _________% Other Parts Discount/Markup from cost percent (if any) ________% LINE ITEM 0030: Purchase Price for a new Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft. Estimated Quantity: 1 Unit: ea Unit Price: $_____________ RFP SUBMISSION Signed and dated proposals must be submitted. Proposals shall be received on or before 1:00PM central time on March 26, 2013. Proposals may be faxed to 757-664-3844 Attn: Ron Anielak or e-mailed to ronald.f.anielak@noaa.gov. Proposals submitted in response to this notice shall include the following in order to be considered responsive to this request: 1. Technical proposal addressing the Go-No Go factors and all other technical factors listed below including Past Performance references (no more than 3), and 2. Pricing Information. The evaluation of proposals will be conducted as a best value commercial item acquisition in accordance with Federal Acquisition Regulation Part 12. The evaluation of proposals shall be based on responsiveness to the items listed, price proposal, and the contractors ability to exhibit an understanding of the requirements included in this RFP and the following technical evaluation factors. MINIMUM TECHNICAL FACTORS (GO-NO GO): 1.Offeror shall provide evidence that it is a FAA approved repair station for all Hartzell propeller models covered in the statement of work; 2) Offeror shall provide evidence of its capability to obtain and maintain the insurance requirement of $30,000.00 during its performance on any contract resulting from this solicitation. Offerors shall first meet the minimum technical factors and then will be evaluated on the following technical factors. TECHNICAL FACTORS: 1) Past performance. Provide references (no more than 3) from contracts of a similar scope that shows evidence of offerors ability to accomplish the required service. Provide number of accounts, relevancy of work, and recency of work and related experience to include phone numbers and points of contact which demonstrates offeror has performed Hartzell propeller service for the aircraft in the SOW; 2) Provide demonstrated experience in performing the services listed in the SOW, include amount of similar work accomplished in the last 12 months, and explain its warranty on parts, products, and services; 3) Provide a plan for conducting on-site dynamic balancing; 4) Provide number of days performance time required for normal overhaul of a propeller, from date of receipt to date of completion. Technical factors, when combined, are equal in importance as price. The Government will award a contract to the offeror that is the best value for the work in a manageable location. This may include price and other technical factors. 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/NMAN6000-13-00377/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN03014496-W 20130320/130318235245-2041c6dd283ec5a634c2ae5c4dec3769 (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 |