The RFP Database
New business relationships start here

Full Service Hartzell Propeller IDIQ for the NOAA Aircraft Fleet


Virginia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial supplies and commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Subpart 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), Acquisition and Grants Office (AGO), Eastern Region Acquisition Division (ERAD) - Norfolk Office. The requirement, Full Service Hartzell Propeller indefinite delivery, indefinite quantity (IDIQ) for the NOAA Aircraft Fleet, is for a firm fixed price IDIQ contract with five (5) one-year order periods, starting from the date of award, with a Brand Name restriction included for the purchase of Hartzell Propellers, which are manufactured by Hartzell Propeller, Inc.


This announcement constitutes the only solicitation. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All quotes must be received via mail or email to the attention of James Rall, Contract Specialist, by 2:00 PM Eastern Standard Time (EST) on March 27, 2019. The email address is james.rall@noaa.gov (Cc andrew.hildebrandt@noaa.gov).


The DOC/AGO/ERAD - Norfolk Office requires that all contractors doing business with this office be registered with the System for Award Management (SAM). An award cannot be made unless the Quoter is registered in SAM. For additional information, and to register in SAM, please access the following website: https://www.sam.gov/. In order to register with SAM and to be eligible to receive an award from this acquisition office, all Quoters must first have a Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number. A DUNS number may be acquired free of charge at the following website: http://fedgov.dnb.com/webform.


This notice is hereby issued as Request for Quotation (RFQ) 1305M219QNMAN0082. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing.


This is a Full and Open Competition with a Brand Name Restriction.


The DOC/AGO/ERAD - Norfolk Office requests responses from qualified sources capable of providing for the NOAA Aircraft Operation Center (AOC) Full Service Hartzell Propeller IDIQ for the NOAA Aircraft Fleet requirement as described in the Statement of Work (SOW) attachment.


The period of performance is five (5) one-year ordering periods starting from the date of award.



PRICE/QUOTE: This is an order for commercial supplies and commercial services. The contract line item numbers (CLINs) will be quoted and completed in accordance with the RFQ, and the terms and conditions of the SOW, specified herein. The resultant contract will be subject to the Department of Labor Service Contract Act Wage Determination for the area in which the work is to be performed.

Ordering Period One - Date of award thru Twelve months thereafter


CLIN 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.


     4 JB: $__________________/Unit Price, $__________________/Total


CLIN 0002: 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.


     1 JB: $__________________/Unit Price, $__________________/Total


CLIN 0003: On-site dynamic balancing of HARTZELL propeller in accordance with the Statement of Work.


     5 JB: $__________________/Unit Price, $__________________/Total


CLIN 0004: Over-And-Above Items or unscheduled aircraft-on-ground (AOG) work outside normal zero-time inspection for propeller replacement, overhaul, repair, dynamic balancing, upgrades or other repairs not covered under CLIN 0001, 0002, 0003. To be paid when items have been approved by the NOAA Contracting Officer. 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), and each and every other item of expense, and profit.


     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) ________%


 

Ordering Period Two - Twelve months following end of Ordering Period One


CLIN 1001: 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.

 


     2 JB: $__________________/Unit Price, $__________________/Total


CLIN 1002: On-site dynamic balancing of HARTZELL propeller in accordance with the Statement of Work.


     2 JB: $__________________/Unit Price, $__________________/Total


CLIN 1003: Over-And-Above Items or unscheduled aircraft-on-ground (AOG) work outside normal zero-time inspection for propeller replacement, overhaul, repair, dynamic balancing, upgrades or other repairs not covered under CLIN 1001, and 1002. To be paid when items have been approved by the NOAA Contracting Officer. 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), and each and every other item of expense, and profit.


     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) ________%


CLIN 1004: Purchase Price for a new Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft.


     1 EA: $__________________/Unit Price, $__________________/Total


CLIN 1005: Purchase Price for a new Hartzell HC-B4MP-3C propeller for the B300C King Air aircraft.


     2 EA: $__________________/Unit Price, $__________________/Total


CLIN 1006: Purchase Price for a new Hartzell HC-B4MP-3C propeller for the King Air 350 aircraft.


     1 EA: $__________________/Unit Price, $__________________/Total


 

Ordering Period Three - Twelve months following end of Ordering Period Two

 


CLIN 2001: 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.


     2 JB: $__________________/Unit Price, $__________________/Total


CLIN 2002: 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.


     1 JB: $__________________/Unit Price, $__________________/Total


CLIN 2003: On-site dynamic balancing of HARTZELL propeller in accordance with the Statement of Work.


     3 JB: $__________________/Unit Price, $__________________/Total


CLIN 2004: Over-And-Above Items or unscheduled aircraft-on-ground (AOG) work outside normal zero-time inspection for propeller replacement, overhaul, repair, dynamic balancing, upgrades or other repairs not covered under CLIN 2001, 2002 and 2003. To be paid when items have been approved by the NOAA Contracting Officer. 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), and each and every other item of expense, and profit.


     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) ________%


 

Ordering Period Four - Twelve months following end of Ordering Period Three

 


CLIN 3001: 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.


     2 JB: $__________________/Unit Price, $__________________/Total


CLIN 3002: 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.


     2 JB: $__________________/Unit Price, $__________________/Total


CLIN 3003: 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.


     1 JB: $__________________/Unit Price, $__________________/Total


CLIN 3004: On-site dynamic balancing of HARTZELL propeller in accordance with the Statement of Work.


     5 JB: $__________________/Unit Price, $__________________/Total


CLIN 3005: Over-And-Above Items or unscheduled aircraft-on-ground (AOG) work outside normal zero-time inspection for propeller replacement, overhaul, repair, dynamic balancing, upgrades or other repairs not covered under CLIN 3001, 3002, 3003 and 3004. To be paid when items have been approved by the NOAA Contracting Officer. 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), and each and every other item of expense, and profit.


     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) ________%


CLIN 3006: Purchase Price for a new Hartzell HC-B3TN-3DY propeller for the DHC-6-300 Twin Otter aircraft.


     1 EA: $__________________/Unit Price, $__________________/Total


 

Ordering Period Five - Twelve months following end of Ordering Period Four

 


CLIN 4001: 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.


     2 JB: $__________________/Unit Price, $__________________/Total


CLIN 4002: 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.


     1 JB: $__________________/Unit Price, $__________________/Total


CLIN 4003: On-site dynamic balancing of HARTZELL propeller in accordance with the Statement of Work.


     3 JB: $__________________/Unit Price, $__________________/Total


CLIN 4004: Over-And-Above Items or unscheduled aircraft-on-ground (AOG) work outside normal zero-time inspection for propeller replacement, overhaul, repair, dynamic balancing, upgrades or other repairs not covered under CLIN 4001, 4002 and 4003. To be paid when items have been approved by the NOAA Contracting Officer. 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.


     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) ________%


CLIN 4005: Purchase Price for a new Hartzell HC-B4MP-3C propeller for the King Air 350 aircraft.


     1 EA: $__________________/Unit Price, $__________________/Total



CLAUSES AND PROVISIONS


52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference


The following FAR provision and clauses are applicable to this procurement:


52.203-3 Gratuities (Apr 1984)
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014)
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)
52.204-7 Systems for Award Management (Oct 2018)
52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)
52.204-13 Systems for Award Management Maintenance (Oct 2018)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)
52.209-5 Certification Regarding Responsibility Matters (Oct 2015)
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under Federal Law (Feb 2016)
52.212-1 Instructions to Offerors - Commercial Items (Oct 2018)
52.212-2 Evaluation-Commercial Items (Oct 2014)
52.212-3 Offeror Representations and Certifications Commercial Items (OCT 2018)
52.212-4 Contract Terms and Conditions (Jan 2017); Alternate I (OCT 2018)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2019), Section (b) (4), (6), (9), (14), (22), (25), (26), (27), (28), (29), (30), (31), (32), (33), (42), (59)
52.216-18 Ordering (Oct 1995)
52.216-19 Order Limitations (Oct 1995)
52.216-22 Indefinite Quantity (OCT 1995)
52.217-5 Evaluation of Options (July 1990)
52.217-8 Option to Extend Services (Nov 1999)
52.222-22 Previous Contracts and Compliance Reports (Feb 1999)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.247-34 FOB Destination (NOV 1991)


FAR clauses and provisions are available on the internet website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm#P2393_343937


Quoters shall include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:


Commerce Acquisition Regulation (CAR)


1352.201-70 Contracting Officer's Authority (APR 2010)
1352.201-72 Contracting Officer's Representative (COR) (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)
1352.233-71 GAO and Court of Federal Claims Protests (Apr 2010)
1352.237-71 Security Processing Requirements - Low Risk Contracts
1352.270-70 Period of Performance (five one-year ordering periods)


NOAA Acquisition Manual (NAM)


1330-52.203-71 Notice of Post-Government Employment Restrictions (Oct 2015)
1330-52.222-70 NOAA Sexual Assault and Sexual Harassment Prevention and Response Policy (May 2018)
1330-52.237-10 Contractor Communications
1330-52.242-70 Submittal of Invoices (Feb 2011)
1330-52.270-304 NOAA Acquisition and Grants Ombudsman (Oct 2016)


CAR and NAM clauses and provisions are available on the internet websites: https://www.eCFR.gov and http://www.gpo.gov



RFQ SUBMISSION


This announcement will close at 2:00 PM Eastern Standard Time (EST) on March 27, 2019.


Addendum to 52.212-1 Instructions to Offerors - Commercial Items (Oct 2018)


1)    Inquiries - Inquiries and all correspondence concerning this solicitation document should be submitted in writing to James Rall, at james.rall@noaa.gov, and Andrew Hildebrandt, at andrew.hildebrandt@noaa.gov, by 2:00 EST on March 18, 2019. The Government is not required to provide responses to vendor's inquiries or correspondence.


2)    Quotation Preparation


The following instructions apply for the submission of quotes:


a.    Quotes shall be submitted in three (3) separate volumes:

Volume I - Past Performance
Volume II - Technical
Volume III - Price


b.    The technical volume shall NOT contain any reference to price. It is incumbent upon the Quoter to provide a technical volume in sufficient detail to provide a clear and concise presentation that includes, but is not limited to, the technical requirements of the RFQ.


c.    The Government will evaluate quotes in accordance with the evaluation criteria set forth in FAR 52.212-2 of this RFQ.


3)    Quote Instructions


a.    Past Performance:
Past performance will be used as a means of evaluating the relative capability of the vendor to successfully meet the requirements of this solicitation. Vendors are required to provide information on no more than three (3) of the firm's most recently completed contracts/orders (not to exceed three (3) years since completion) for like or similar work. Vendors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation.


Each Quoter shall submit, in writing, information on past performance (10 page limit). Quoters shall provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation. In addition, the Quoter is required to send Attachment 02, Past Performance Questionnaire, to those government and commercial activities provided by the Quoter in their submission. The information shall be completed by the references who will then forward the completed questionnaires to the following:


James Rall
james.rall@noaa.gov (Cc andrew.hildebrandt@noaa.gov)
U.S. Department of Commerce/NOAA/ERAD


The Government will not accept Questionnaires directly from the Quoter. Only Questionnaires submitted on time and from the Quoter's references will be accepted.


The Government will conduct a past performance evaluation based upon the past performance of the vendor as it relates to the probability of vendor to provide the Government with quality service as covered within the solicitation.


Quoters are cautioned that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephonic and/or written inquiry. This information may include Contractor Performance Assessment Reporting System (CPARS); Past Performance Information Retrieval System (PPIRS) reports, the Federal Awardee Performance and Integrity System (FAPIIS), or past performance information from any source.


The burden of providing thorough, complete, and demonstrated relevant past performance information rests with the Quoter. Any Past Performance Questionnaire(s) received at the Government office designated herein after the exact time specified for receipt of past performance information is "late" and may not be considered for evaluation. If the Quoter possess no relevant past performance, it should affirmatively state so in the quote.


Quotes lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the submission with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous submission to the Government when compared to the submissions of other Quoters having a satisfactory (or better) past performance.


b.    Technical: Each Quoter shall submit a technical submission (10 page limit). The technical submission should be sufficiently specific, detailed and complete so as to clearly and fully demonstrate that the Quoter has a thorough understanding of the requirements set forth in the Statement of Work (SOW) and has the ability to perform the work. Quotes which merely state that requirements are understood and will be complied with, which paraphrase the specification document, the SOW or parts thereof, or use phrases such as "standard consulting practices will be employed", or "well established techniques will be employed", etc., may be considered unacceptable. The technical submission shall include, but is not limited to, the following:

i.    Experience: Provide demonstrated experience in performing the services listed in the SOW, to include the amount of similar work accomplished in the last 12 months.

ii.    Warranty: Explain warranty on parts, products, and services.

iii.    Planning: Provide a plan for conducting on-site dynamic balancing.

iv.    Delivery: Provide the number of days required for normal overhaul of a propeller, from date of receipt to date of completion, and provide stock levels and pricing for new propeller units, covered in the SOW, and delivery timeline.


v.    Location: Manageable locations that represent the major NOAA deployment locations for the aircraft covered by the SOW (i.e. to include but not limited to areas near: Tampa, Mid-Atlantic Coastal Region, Coastal Gulf of Mexico, Minneapolis, Seattle, Manitoba/Canada).


c.    Price: The Quoter shall submit all information required for the line items included within this solicitation. The quoted prices for the line items will be added together and used for evaluation purposes to determine the best value to the government over the base year, inclusive with each subsequent option year, over the life of the contract. The quoted prices will also be used to determine reasonableness.

52.212-2 -- Evaluation -- Commercial Items. (Jan 2017)
(a) The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following non-price factors shall be used to evaluate quotes:


•    Past Performance
•    Technical


Past Performance is the most important factor. Past Performance and Technical, when combined, are significantly more important than price. However, the Government will not award at significantly higher prices to only achieve slightly better performance. The Government will assess the benefits or better performance versus the added price through trade-off analysis. As non-price factors become equal-price becomes increasingly important.


(b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



ATTACHMENTS


01: SOW--1305M219QNMAN0082


02: Past Performance Questionnaire--1305M219QNMAN0082


03: Brand Name Justification (Redacted) 


******* End of Combined Synopsis/Solicitation ********


James Rall, Contract Specialist, Email James.Rall@noaa.gov - Arthur A. Hildebrandt, Email andrew.hildebrandt@noaa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP