Minnesota Bids > Bid Detail

AOC KFCM Hangar Rental

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159474706452203
Posted Date: May 19, 2023
Due Date: Jun 5, 2023
Solicitation No: NM-AN2200-23-01170
Source: https://sam.gov/opp/85779299fc...
Follow
AOC KFCM Hangar Rental
Active
Contract Opportunity
Notice ID
NM-AN2200-23-01170
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 19, 2023 12:48 pm EDT
  • Original Date Offers Due: Jun 05, 2023 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V999 - TRANSPORTATION/TRAVEL/RELOCATION- OTHER: OTHER
  • NAICS Code:
    • 488119 - Other Airport Operations
  • Place of Performance:
    Eden Prairie , MN 55347
    USA
Description

The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC) at Lakeland, FL operates a Twin Otter DHC-6 and a KingAir CER350 aircraft in support of the NWS Snow and Soil Moisture Survey program. For up to 9 months out of the year, these aircraft use the Minneapolis metro area as a primary base of operations.





(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NM-AN2200-23-01170, NAME: AOC KFCM Hangar Rental





(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.





(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 488119. The small business size standard is $40.0 Million.





(V) Scope: This Statement of Work (SOW) details the requirements for services to be provided by the airport authority while the aircraft operate out of Flying Cloud Airport (KFCM) during the period of performance described below:





Requirements:





The vendor shall provide the NOAA Aircraft the following support services at KFCM in Eden Prairie MN:






  1. A heated hangar capable of housing the Twin Otter DHC-6 aircraft (Dimensions – wingspan 65 ft x length 51 ft 9 in x height 19 ft 6 in)

  2. Hangar doors must open to no less than 70 feet wide by 22 feet tall

  3. Vendor must be capable of towing the aircraft in and out of hangar

  4. Vendor must be capable of supplying external ground power units of 28 volts

  5. Hangar must be kept above freezing except when opening or closing the hangar doors.

  6. Hangar space must be made available within 24 hours of notification from NOAA AOC.

  7. When the Twin Otter is not being kept on site, NOAA AOC may request hangar for a secondary aircraft, the King Air 350CER.





Please provide a price sheet of other Services offered for consideration in the event the Government may require such services.



Ie. Arrival/Departure coordination, Maintenance support, other Aircraft or Hangar support.









CLIN0001 Hangar Rental and associated fees Month $________ 9 Months $_______



01 September 2023 through 31 May 2024





CLIN0002 Option Clin Hangar Rental and associated fees Month $________



01 June 2024 – 30 September 2024





CLIN0003 Option Year 1 Hangar Rental and associated fees Month $________



This CLIN is reserved for option year extension October 1 2024 – September 30, 2025.



IAW FAR 52.217-8





(VII) Date(s) and place(s) of delivery and acceptance.





This project will take place from 01 September 2023 through 31 May 2024.





Location





Flying Cloud Airport in Eden Prairie, MN (KFCM). (Alternate site will not do)







1. The Request for Quote (RFQ) number;

2. The Name, Address, Telephone Number, and DUNS Number of the Offeror;

3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration;

4. Acknowledgment of Solicitation Amendments (SF-30), if any.

5. Address the ability of meeting the requirements per the Specifications with a detail material specification or data sheet, pictures of the item, and authorized OEM letter to sale or distribute their products.



6. Please provide name, address, telephone number, SAM Unique Identifier, Cage #.



8. An itemized/detail breakdown cost of the quote that will reflect the entire price under this RFQ. (That would include if applicable the following: Material Cost, Labor, Travel, Freight/Delivery, Etc.).



9. A copy of the liability insurance (please ensure is up to date).(For Services Only)



10. Include statement specifying the extent of agreement with all terms, conditions, and provision included in the rfq. Quotes that rejects the terms and conditions of the RFQ may be excluded from consideration.



11. Please provide at least three detail jobs with references performed within the past three years that are the same or similar in scope onboard marine vessels.



12. Vendor shall provide a point of contact that includes name, telephone number, emails, contract value and a detail description of the work performed.





*** The government will award a firm fixed price contract based on best value to the government, capability, availability and price. Price will be evaluated on base cost and optional cost. ***





**Monthly Billing will be permitted on the contract**





"THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".





CAM 1352.215-72 Inquiries (APR 2010)



OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO Christopher.baker@noaa.gov or link below



https://app.smartsheetgov.com/b/form/8f2fba2d1dcf4bbca2ccd6c97a384cee





(End of clause)





(IX) FAR 52.212-2, Evaluation – Commercial Items (https://www.acquisition.gov/far/part-52), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on



a) Capability – (Past Performance, Details listed in quote)



b)Availability (Parts, Service Completion)



c) Price (Base Price and Optional Price- Labor Hours, markup fees)





The Government intends to award a best value trade-off, firm fixed-price purchase order on an all or none basis with payment terms of Net 30.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



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



(End of provision)



PROVISIONS:



DEPARTMENT OF COMMERCE CLAUSES - FOR FULL TEXT OF A COMMERCE ACQUISITION REGULATION, CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE,



https://www.ecfr.gov/cgi-bin/text-idx?SID=bf6e18a9476188ddcae1efa1cc9fcabd&mc=true&tpl=/ecfrbrowse/Title48/48cfr1352_main_02.tpl





CAR 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APRIL 2010)



CAR 1352.209-73, COMPLIANCE WITH THE LAWS (APRIL 2010)



CAR 1352.209-74, ORGANIZATIONAL CONFLICT OF INTEREST (APRIL 2010)





1352.233-70 Agency Protests (insert current date)



(a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999)



(b) Agency protests filed with the Contracting Officer shall be sent to the following address: Christopher Baker, 439 w York Street, Norfolk, VA 23510. Christopher.baker@noaa.gov



(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: National Oceanic and Atmospheric Administration



601 East 12th Street



Kansas City, Missouri 64101



Bradley.willis@noaa.gov



(d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.



(e) Service upon the Contract Law Division shall be made as follows:



U.S. Department of Commerce



Office of the General Counsel



Chief, Contract Law Division



Room 5893



Herbert C. Hoover Building



14th Street and Constitution Avenue, N.W.



Washington, D.C. 20230.



FAX: (202) 482-5858



(End of clause)





1352.233-71 GAO and Court of Federal Claims protests (https://www.acquisition.gov/car/part-1352-solicitation-provisions-and-contract-clauses)





(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.



(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.



(c) Service upon the Contract Law Division shall be made as follows:





U.S. Department of Commerce



Office of the General Counsel



Chief, Contract Law Division



Room 5893



Herbert C. Hoover Building



14th Street and Constitution Avenue, N.W.



Washington, D.C. 20230.



FAX: (202) 482-5858





(End of clause)





(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.





Offers shall submit quotes electronically no later than 0900 hrs (9AM) EST, June 6, 2023. Purchase Order will be issued after evaluation of quotes and made to the vendor whose quote is best value to the Government with regards to



a) Capability – (Past Performance, Details listed in quote)



b)Availability (Parts, Service Completion)



c) Price (Base Price and Optional Price- Labor Hours, markup fees)


Attachments/Links
Contact Information
Contracting Office Address
  • OMAO FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746
  • KANSAS CITY , MO 64106
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 19, 2023 12:48 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >