Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2014 FBO #4689
SOLICITATION NOTICE

J -- NOAA TWIN OTTER 30-Month Corrosion Inspection, Avionics Upgrade and Other Maintenance Items - SOLE SOURCE JUSTIFICATION - Package #2

Notice Date
9/24/2014
 
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
NMAN6000-15-00013
 
Archive Date
10/15/2014
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, James E. Price, Phone: (816) 426-7464
 
E-Mail Address
ronald.f.anielak@noaa.gov, james.e.price@noaa.gov
(ronald.f.anielak@noaa.gov, james.e.price@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK TWIN OTTER 30-Month Corrosion Inspection etc 1500013 SOLE SOURCE JUSTIFICATION 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 (EAD-KC). The requirement is for Twin Otter serial number N56RF operated by NOAA, Aircraft Operations Center, MacDill AFB, FL. The scope of work includes: a 30-Month Corrosion Inspection; EMMA #18 inspection; Dual Engine Change; Instrument Panel Upgrade; Science Power Modification; and Main Battery Replacement. The proposed acquisition is for items for which the Government intends to solicit and negotiate with only one source under the authority of Federal Acquisition Streamlining Act (FASA) of 1994 (Title VIII PL 103-355) as implemented by FAR 12.102 & 13.106-1(b). EAD-KC intends to issue a purchase order on a sole source basis to Ashe Aircraft dba Rocky Mountain Aircraft, Calgary, Canada based on the reasons stated in the Sole Source or Limited Sources Justification signed by the Contracting Officer and attached to this notice. The acquisition and purchase order must be issued as soon as possible which allows 10 weeks for completion of entire scope of work in time for the specified Twin Otter to start projects beginning January 1, 2015. It is intended that a purchase order will be issued by October 8, 2014. DOC/NOAA/EAD-KC requires that all contractors doing business with this office be registered with 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 Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NMAN6000-15-00013. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-4 Contract Terms and Conditions Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2014), Section (b)(52) 52.247-29 FOB 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) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.228-70 Insurance Coverage (APR 2010) (See Insurance paragraph in Statement of Work) 1352.228-72 Deductibles Under Required Insurance Coverage - Fixed Price (APR 2010) 1352.233-70 Agency Protests (APR 2010) (b) James Price, DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (c) DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (e) Lauren Didiuk, 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) 1352.245-70 Government Furnished Property (APR 2010) (See SOW A.2) 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://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 including warranty for all work and parts. Prices quoted for CLINs 0001, 0002, 0003, 0004, 0005, 0006 shall be firm-fixed price inclusive of all costs. CLIN 0007 is on a time-and-materials basis. LINE ITEM 0001: INITIAL CORROSION INSPECTION (per A.2 of Statement of Work) Quantity: 1 Unit: JB Lump Sum Unit Price: $_____________US LINE ITEM 0002: EMMA #18 INSPECTION and Additional Inspections/Modifications (per A.2 of Statement of Work): Quantity: 1 Unit: JB Lump Sum Unit Price: $_______________US LINE ITEM 0003: DUAL ENGINE CHANGE (per A.2 of Statement of Work) Quantity: 1 Unit: JB Lump Sum Unit Price: $_______________US LINE ITEM 0004: INSTRUMENT PANEL UPGRADE (per A.2 of Statement of Work) Quantity: 1 Unit: JB Lump Sum Unit Price: $______________US LINE ITEM 0005: SCIENCE POWER MODIFICATION (per A.2 of Statement of Work) Quantity: 1 Unit: JB Lump Sum Unit Price: $______________US LINE ITEM 0006: MAIN BATTERY REPLACEMENT (per A.2 of Statement of Work) Quantity: 1 Unit: JB Lump Sum Unit Price: $______________US LINE ITEM 0007: OVER AND ABOVE DISCREPANCIES FROM INITIAL INSPECTION AS WELL AS ANY OTHER UNSCHEDULED MAINTENANCE, REPAIRS, UPGRADES, AND INSPECTIONS - PARTS AND LABOR. (Per A.8 of Statement of Work) This CLIN is on a time and materials basis. A Not- to-Exceed (NTE) amount will be determined by the Government at time of award. Contractor exceeds that amount determined at time of award at its own risk. This line item is not guaranteed. Any remaining balance of funds on this line item shall be de-obligated at contract close-out. LOADED LABOR RATE PER HOUR (Regular rate) $_______________US LOADED LABOR RATE PER HOUR (Overtime rate) $_______________US NEW PARTS _______% DISCOUNT or __________% MARKUP FROM COST OVERHAULED PARTS _______% DISCOUNT or _________% MARKUP FROM COST SUPPLIES & CONSUMABLES ______% DISCOUNT or _______% MARKUP FROM COST RFQ SUBMISSION A signed and dated quote must be submitted. Quotes must be received on or before close of business September 30, 2014. Quotes may be faxed to 816-274-6951 Attn: Ron Anielak or e-mailed to ronald.f.anielak@noaa.gov. Quoter shall provide a copy of its FAA Repair Station Certificate or Canadian AMO Center Certificate covering Twin Otter DHC-6-300 aircraft; and Proof of Insurance documentation equal to or greater than $2,000,000.00 US. Interested parties may identify their interest and capability to respond to the requirement. This notice is not a request for competitive responses. However, all responses received within 5 days after publication of this notice will be considered for the purpose of determining whether to conduct future competitive procurements. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-15-00013/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN03526710-W 20140926/140925002605-61566a9db63a15c6a03982f32e03e030 (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.