• If You Are Having Trouble Logging In with Your Old Username and Password, Please use this Forgot Your Password link to get re-established.
  • Hey! Be sure to login or register!

AK Troopers cubs

Indabush

Registered User
Interior Alaska
Looks almost identical to mine.




This is the html version of the file http://notes5.state.ak.us/pn/pubnotic.nsf/0/ad914f3ba33d1c1389257656006ebfe5/$FILE/12-118329+-+N5582C+Super+Cub+rebuild.pdf.
Google automatically generates html versions of documents as we crawl the web.
Page 1
STATE OF ALASKA DEPARTMENT OF PUBLIC SAFETY Division of Alaska Wildlife Troopers c/o Public Safety Supply524 E. 48th AvenueAnchorage, AK 99503-7315 REQUEST FOR PROPOSALS 12-118329 REBUILD OF PIPER PA18-150/160 N5582C DATE OF ISSUE: OCTOBER 21, 2009 PROPOSAL DUE DATE: Not later than 1:30pm, October 30, 2009 THIS REQUEST FOR PROPOSALS (RFP) IS SOLICITED UNDER THE STATE OF ALASKA PROCUREMENTCODE FOR PROFESSIONAL SERVICES AGREEMENTS OF $50,000 OR LESS, IN ACCORDANCE WITH ALASKASTATUTE 36.30, STATE OF ALASKA PROCUREMENT CODE. THIS PROFESSIONAL SERVICES AGREEMENT WILL BE DOCUMENTED THROUGH THE STATE OF ALASKA STANDARD CONTRACT FORM FOR GOODS AND NON-PROFESSIONAL SERVICES CONTRACTS. IMPORTANT NOTICE: If you received this solicitation from the State’s“Online Public Notice” web site, you must register with the ProcurementOfficer listed on this document to receive subsequent amendments. Failureto contact the Procurement Officer may result in the rejection of your offer. ANNIE MESSERPROCUREMENT SPECIALIST
Page 2
DPS RFP 12-118329 10/15/092 A. Project Description The Department of Public Safety has funding available to contract for the extensive rebuild of a PiperPA-18-150/160 aircraft. The State shall provide all major parts; the contractor shall provide allconsumables (dope, fabric, hardware, welding supplies, paint, etc).The Department has identified a range of funding available of between $40,000 and $49,999 toaccomplish this project. Proposals that exceed $49,999 will be considered non-responsive and willnot be evaluated for technical merit.It is expected that the project shall be completed by March 31, 2010. Proposals with latercompletion dates shall be considered non-responsive and rejected. B. Scope of Work The successful contractor shall provide all consumables (dope, fabric, hardware, welding supplies, paint,etc) to facilitate the rebuild of a Department of Public Safety Piper PA-18-150/160 aircraft. The Statewill provide all parts, including engine, required for the repair. All parts replaced shall be returnedto the State.1.This aircraft is currently in flyable condition (Annual just expired)2.Aircraft is to be disassembled, all components inspected, repaired, painted/powder coated orreplaced as required.3.State will provide a New Northern Airframes fuselage with upper and lower door.4.Aircraft wiring will be completed by Avionics Specialists. The build specifications are as follows: ENGINE:DPS responsibility:1. Lycoming 0320-B2B Engine assembly with mount will be supplied by DPSContractor responsibility:2. Make sure muffler shroud clears engine mount.3. Make sure the oil sump clears the engine mount.4. Make sure cowling fits properly, square and the latches work well with positive detent.5. Performance Airmotive exhaust.6. Exhaust shroud set up for rear seat heat.
Page 3
DPS RFP 12-118329 10/15/093 FUSELAGE/FRAME:1. Northern Airframes Inc or F. Atlee Dodge new fuselage. 2000# gross, DPS will supply.2. Install F. Atlee Dodge Defroster3. Install F. Atlee Dodge Rear Seat Heat.Picture shows duct routing over hyd. ski pump.4. Install F. Atlee Dodge Rear Stick Cover. 5. Install Hooker inertia reel shoulder harness in top deck for pilot seat. Position for best fit. 6. Hooker Harness inertia shoulder harness for rear seat.7. Pilot seat belt attachment on the floor must not interfere with back seat access to brake pedals. Make room for oversized winter boots. This picture shows seat belt attachment is too closeto rear brake. It is in the way. NOT GOOD.8. Folding pilot seat back.9. V-bars in windshield are to be painted flat black. 10. Install tie downs for cargo net on floor in front of rear seat This picture shows the 2 cargo net attach points on the floor in front of the rear seat.
Page 4
DPS RFP 12-118329 10/15/094 FUSELAGE Continued:11. Right hand side access door for baggage area behind rear seat.12. Install extended baggage. 13. Make floor is level with bottom of extended baggage to allow pilot to sleep in back of aircraft.This picture shows the full width extended baggage flush with the floor.14. Install upper and lower cargo net tie downs just forward of extended baggage – to prevent itemsfrom sliding aft.15. Use metal floor boards. Use .032 under rear seat.16. Make rear seat cross bar removable. 17. Hinged rear seat bottom, use .063 for seat bottom for under seat storage.18. Shim up rear seat bottom 1/8 inch from rear floor.19. Use narrow fold-down rear seat back setup,1/8” aluminum, cut to clear rear stick cover.20. Install bulkhead fittings for brake lines in floor. DO NOT block Cabane bolt.21. Use 45 degree hose end fittings on upper brake lines. Stratoflex only.22. Install wheel ski pump mount and bulkhead fittings for ski lines in floor. This picture shows the position of the Hyd. Ski Pump mount.
Page 5
DPS RFP 12-118329 10/15/095 FUSELAGE Continued:23. Install a 1/8” backing plate under the floor below the pump.This picture shows the 1/8 inch thick aluminum doubler under the ski pump mounts.24. Install water rudder retract tube with doubler on boot cowl and hook on left hand side panel forhandle. 25. Install DPS new design instrument panel26. Use Cessna 150 clicker style Mixture Cable. Install the mixture control away from the carb heatcontrol.27. Magneto Switches go in forward left hand wing root panel.28. Full metal belly. Use .020 aluminum for belly skins. Bead for strength and have powder coated.29. Install Garmin 296 GPS mount between V-bars.30. Odessy Battery 680 in original battery position.31. Install Artex ME406 ELT system in rear battery compartment.32. Install Tail and wing tip strobe light power supply in rear battery compartment with nutplates.33. Powder Coat all rudder pedals and support brackets.34. Use plastic inspection plates on tail areas. Paint black borders on panels.35. Install Tanis engine heater plug and indicator light in left side of boot cowl.36. Install Pulse Landing/Taxi light system.37. Use 7x19 galvanized cables for flight controls.38. Cover for the bottom of the control stick to prevent stuff to fall into the floor.39. Maule Gap seal on the Elevator/Horizontal Stab.40. Install full length flap handle.41. 3 notch flap position.42. Install upper door hinges with nutplates.43. Make full height handles for sliding windows.44. 12 volt power (cigarette lighter plug in) in L/H wing root by Mag switches.45. Plexi glass lower door – new DPS design.46. Install Fine-Line Interiors door welt only. No Rubber.
Page 6
DPS RFP 12-118329 10/15/096 FUSELAGE Continued:47. Make sure all placards are installed properly.48. Make sure all gauges are marked properly.49. Install new windshield50. Install grey tinted Sky Light in over head.51. V-Bars are to be colored BLACK.WINGS: 1. Dakota Cub or Univair wings with flaps extended to the fuselage (May use wings that are ondelivered aircraft if DPS approved) .2. Round Tips3. Stock 18 gallon fuel tanks4. Stock PA18 Fuel gauges5. Floats Alaska HID Landing and Taxi Lights in left hand wing6. Pulse lights.7. Wipair 2000 pound gross weight kit8. F Atlee Dodge Tie Downs9. F Atlee Dodge strut beef up kit10. Install Heavy Duty Sealed Lifetime Struts11. Install large forks on struts12. Wing tip strobes13. Vortex Generators14. Round inspection holes in the wings.15. Wing inspection covers are to be P/N 12761 from Stoddards –DPS supplied.Fuel System: 1. Cub Crafter Fuel System2. Steve’s Gascolator fuel strainer.3. Dakota Cub Fuel Selector4. Stock PA18 fuel sight gaugesFABRIC:1. Ceconite or Stewart System fabric process. Confirm with Aircraft Section.2. Butyrate Dope or Stewart System process. Confirm with Aircraft Section.3. Confirm with Aircraft Section as to what the paint scheme is to be.LANDING GEAR: 1. F Atlee Dodge 3 inch extended heavy duty gear with Wipair ski tabs welded on.2. AOSS landing gear system3. Position brake calipers to clear ski fittings, but not rub on lower part of the tire. (Bushwheels)4. F. Atlee Dodge Safety Cables top and bottom.5. Bolts in landing gear to be positioned for ski installation. Use bolts long enough to accommodateinstalling a ski stiff leg.
Page 7
DPS RFP 12-118329 10/15/097 INSTRUMENT PANEL:1. State supplied custom panel2. NAT intercom3. Artificial horizon.4. Mount compass in the panel5. Slip indicatorOTHER REQUIREMENTS:1. Aircraft must be signed off with a fresh Annual Inspection. The aircraft will be flown by a DPS Pilot andreturned for any adjustments.PAPERWORK:All paperwork must be complete. This shall include Supplemental Type Certificates, FAA Form337’s, Weight and Balance information, Equipment List, ICA’s etc.). All Airworthiness Directives must upto date and complied with. Log book entries completed. C. Qualifications / Experience / Repair Station / References The purpose of this solicitation is to award a contract for a total rebuild of a Piper PA-18 Super Cubaircraft.The bidder must provide the following evidence with their proposal:1. Must be a current FAA Certified Repair Station with the following minimum ratings;a. Class 1 and 3 Airframe ratingsb. Limited Powerplant and Propeller2. Must be located within 50 air miles of SOA DPS Aircraft Section, located on Lake Hood, Anchorage, Alaska.3. Must have performed a complete rebuild of at least six (6) PA18 Super Cubs in the last 5 years.4. Must have a current State of Alaska Business License.5. Must either provide the required STC’s or have FAA Approval to perform the followingmodifications;a. Attach forward seat belt direct to the aircraft fuselageb. Relocate compass to the center/top of the windshield or mount it in the instrument panelc. Install a 160 Horsepower engine assembly, including flight manual supplement(s) and requiredplacardsd. Extended baggage with side door accesse. Install custom instrument panelf. Install aluminum floor boardsg. Install rear under seat storageh. Install inboard flap to fuselage modification6. Bidders submitting proposals shall include a narrative with their proposal that includes informationon the type of aircraft they have rebuilt, as well as at least three (3) references (include name,phone number, and e-mail addresses) from previous PA-18 rebuild customers. These referencesare to be for customers whose aircraft were rebuilt by mechanics currently employed by thebidder. (It is anticipated that these will be the mechanics that will work on this project. NOTE:All mechanics that work on State aircraft must be licensed.) The State of Alaska can beused as a customer reference. It is preferred that references be located in Alaska, so that theiraircraft can be visually inspected. All references shall be from recent work (no older than five (5)years).
Page 8
DPS RFP 12-118329 10/15/098 D.Work Schedule The approximate contract schedule is as follows:1. Aircraft will be delivered to the successful contractor by: first week of November, 20092. Aircraft shall be disassembled and inspected by: second week of November, 20093. New fuselage to be ready to be delivered to Avionics Specialists for wiring installation by: firstweek of December, 20094. Inspect, repair and cover wings, flaps, and ailerons by: second week of December, 20095. Paint wings, cowling, etc, by: third week of December, 20096. Paint fuselage by: third week of January, 20107. Install engine assembly by: second week of February, 20108. Complete assembly of aircraft and prepare for test flight by: third week of March, 20109. Complete ground operational checks of aircraft systems by: third week of March, 201010. Weigh aircraft, complete weight and balance, and all required paperwork by: third week ofMarch, 201011. State will perform a flight check and provide a discrepancy list by: third week of March, 201012. All discrepancies completed and aircraft returned to service by: March 31, 2010Note: The State reserves the right to inspect work in progress, and will be inspecting theaircraft prior to the fuselage being covered, and prior to final assembly (fairings andinspection covers). E. Site Inspection: The Lead Mechanic, or his representative, for the Department of Public Safety Aircraft Section shallconduct a site inspection of the bidder’s facility, starting with the bidder with the highest score. Theinspection will result in a pass/fail determination, based on the factors below:a. Orderliness/cleanliness of facilityb. Applicable Maintenance/Parts manualsc. Availability of specialized equipment/toolingd. Availability of mechanics to efficiently complete the project to meet the State’s timelinee. Availability of a licensed mechanic(s) specifically assigned to the project from start to finishIf the bidder with the highest score fails the facility inspection, that bidder shall be disqualified, and theState will perform this inspection on the next highest score. The process will continue until an acceptablefacility has been selected.NOTE: The State will be the final authority for this inspection decision.
Page 9
DPS RFP 12-118329 10/15/099 F. Proposal Evaluation Criteria NOTE: Each submitted proposal will be evaluated using the following factors and their respectiveweight:1. QUALIFICATIONS Experience / References / Work Schedule: (30% of available points)Factors to be evaluated:The proposal should include information in sufficient detail to meet all of the following minimumqualifications:• Does the proposal include evidence the bidder’s facility holds a current FAA Certified RepairStation with the following minimum ratings?a. Class 1 and 3 Airframe ratingsb. Limited Powerplant and Propeller• Is the bidder’s facility located within 50 air miles of SOA DPS Aircraft Section, located on LakeHood, Anchorage, Alaska?• Does the proposal include evidence / historical narrative that the bidder has performed acomplete rebuild of at least six (6) PA18 Super Cubs in the last 5 years (logbook entry orcompany work order)?• Does the bidder have a current State of Alaska Business License.• Does the proposal include evidence that the bidder holds the required STC’s or have FAAApproval to perform the following modifications?a. Attach forward seat belt direct to the aircraft fuselageb. Relocate compass to the center/top of the windshield or mount it in the instrumentpanelc. Install a 160 Horsepower engine assembly, including flight manual supplement andrequired placardsd. Extended baggage with side door accesse. Install custom instrument panelf. Install aluminum floor boardsg. Install rear under seat storageh. Install inboard flap to fuselage modification• Does the proposal include a timeline for completion of project?• Does the proposal include a list with at least three (3) Piper PA-18-150/160 customerreferences? • Does the bidder currently employ mechanics that worked on previous Super Cub rebuilds forthe bidder? Did these mechanics work on any of the customers provided as references? Arethese mechanics licensed? • Was the Proposal Evaluation Committee (PEC) able to contact the references (were thereferences up-to-date, and available)?• What kind of warranty is offered?Bidders submitting proposals shall include a narrative with their proposal that includes information onthe type of aircraft they have rebuilt, as well as at least three (3) references (include name, phone
Page 10
DPS RFP 12-118329 10/15/0910 number, and e-mail addresses) from previous PA-18 rebuild customers. These references are to befor customers whose aircraft were rebuilt by mechanics currently employed by the bidder. (It isanticipated that these will be the mechanics that will work on this project. NOTE: All personnelthat work on this project must be licensed mechanics.) The State of Alaska can be used as acustomer reference. It is preferred that references be located in Alaska, so that their aircraft can bevisually inspected. All references shall be from recent work (no older than five (5) years). The proposal shall include a projected timeline for completing this project.The proposal shall include a description of available warranty(ies).2. SITE INSPECTION: (10% of available points)The Lead Mechanic, or his representative, for the Department of Public Safety Aircraft Section shallconduct a site inspection of the bidder’s facility, starting with the bidder with the highest score. Theinspection will result in a pass/fail determination, based on the factors below:Factors to be evaluated:a. Did the facility pass a visual inspection? ____YES ___NOb. Are the applicable Maintenance/Parts manuals on-site? ____YES ___NOc. Are there specialized equipment/tooling available on-site? ____YES ___NOd. Are there enough mechanics to efficiently complete the project to meet the State’stimeline? ____YES ___NOe. Will there be a licensed mechanic(s) specifically assigned to the project from start tofinish and will he/she be available during inspection? ____YES ___NONote: Facility inspection must provide enough information to answer “Yes” to factors “a-e”in order to pass inspection.3. COST PROPOSAL (50% of available points)The State standard RFP Cost Proposal Evaluation Formula will be used for calculating the costevaluation points:[ (Price of Lowest Cost Proposal) X (Maximum Points for Cost) ] _____________________________________________________________ = POINTS (Cost of Each Higher Priced Proposal)4. ALASKAN OFFEROR'S PREFERENCE AS 36.30.250 & 2 AAC 12.260 (10 % of available points)2 AAC 12.260(e) provides Alaskan offerors a 10 percent overall evaluation point preference. AlaskanBidders, as defined in AS 36.30.170(b), are eligible for the preference. This preference will be addedto the overall evaluation score of each Alaskan offeror. Each Alaskan offeror will receive 10 percent ofthe total available points added to their evaluation score as a preference.
Page 11
DPS RFP 12-118329 10/15/0911 G. Submitting Proposals: Please limit your bid proposal, including price, to not more than twenty (20) 8.5" X 11" pages. Eachprinted side of each sheet, including covers, transmittal, etc., equals one page. A proposal may becorrected, modified, or withdrawn before the time and date set for submission of proposals. Fax’dbid/proposals are acceptable to meet the submission deadline date with the original signature proposaldocument to follow by mail not later than five (5) business days after the deadline date. Electronicallyscanned (with signature) bid proposals are also acceptableProposals are due prior to 1:30 PM local time, October 30, 2009 and should be sent ordelivered to:Annie Messer, C.P.M.DPS Procurement OfficerDPS Supply Section524 E. 448th AvenueAnchorage, AK 99503-7315(907) 561-1092, ext. 226(907) 561-9178 FaxE-mail: annie_messer@dps.state.ak.us H. Authorized Signature An individual authorized to bind the bidder to the provisions of the RFP must sign all proposals. Proposals must remain open and valid for at least ninety (90) days from the proposal due date. INSTRUCTIONS TO BIDDERS Bidder's Notice: By signature on the proposal, the bidder certifies that:(1) the bidder has a valid Alaska business license AND has submitted one of the following forms ofevidence of an Alaska business license with the proposal: a copy of the bidder’s valid businesslicense; a copy of the business license application with a receipt date stamp from the State's businesslicense office; a receipt from the State’s business license office for the license fee; a canceled checkfor the business license fee; a sworn notarized affidavit that the proposer has applied and paid for abusiness license;(2) the price(s) submitted was arrived at independently and without collusion and that the bidder iscomplying with: the laws of the State of Alaska; the applicable portion of the Federal Civil Rights Actof 1964; the Equal Employment Opportunity Act and the regulations issued thereunder by the Stateand Federal Government; and all terms and conditions set out in this Request for Proposals (RFP). If any bidder fails to comply with (1) or (2) of this paragraph, the State may reject the proposal,terminate the contract, or consider the contractor in default.
Page 12
DPS RFP 12-118329 10/15/0912 AuthorityThis RFP is written in accordance with Alaska Statute 36.30 and Alaska Administrative Code, 2 AAC12.RFP ReviewBidders shall carefully review this RFP for defects and questionable or objectionable material. Bidderscomments concerning defects and questionable or objectionable material in the RFP must be made inwriting and received by the Procurement Officer at the following address before the proposal duedate :Annie Messer, C.P.M.DPS Procurement Officer524 East 48th AvenueAnchorage, AK 99503-7315(907) 561-1092, extension 226(907) 561-9178 FaxE-mail: annie.messer@alaska.govFiling A ProtestWhen an bidder or potential bidder has a dispute over the solicitation or the award of a smallprocurement, the bidder must first attempt to resolve it with the Procurement Officer. If the attemptis unsuccessful, the bidder may protest. The protest must be filed with the Commissioner orCommissioner’s Designee. The bidder must also file a copy of the protest with the ProcurementOfficer.a. If protesting a small procurement solicitation, the protest must be filed before the date andtime that quotations or informal proposals are due.b. If protesting the award of a small procurement not exceeding $25,000, the protest must befiled within 10 days from the date of the solicitation or the date of the award, whichever islater.c. If protesting the award of a small procurement contract exceeding $25,000, the protest mustbe filed within 10 days from the date that Notice of Award is made.To be accepted, the protest must contain the following relevant information: a. the name, address, and telephone number of the protester; b. the signature of the protester or the protester's representative;c. identification of the contracting agency and the solicitation or contract at issue; d. a detailed statement of the legal and factual grounds of the protest, including copies ofrelevant documents; and e. the form of relief requested.
Page 13
DPS RFP 12-118329 10/15/0913 Upon receipt of a protest: a. The procurement officer must immediately give notice of the protest to the contractor; or, if noaward has been made, to all firms or persons that were solicited for the small procurement.b. If the protest is filed with the procurement officer instead of with the Commissioner orCommissioner’s Designee, the procurement officer shall immediately notify the Commissioneror Commissioner’s Designee.The Commissioner or Commissioner’s Designee has the following options to resolve the protest:a. with the concurrence of the protester, he/she may assign the protest to the procurementofficer or other responsible State official for a final administrative resolution under alternatedispute resolution; b. he/she may issue a decision denying the protest and stating the reasons for denial; c. he/she may issue a decision that sustains the protest, in whole or in part, and instruct theprocurement officer to implement an appropriate remedy; ord. he/she may conduct a hearing on the protest consistent with the procedures contained in AS36.30.670(b).ComplianceIn the performance of any contract resulting from this RFP, the contractor must comply with allapplicable federal, state and local regulations, codes and laws; be liable for all required insurance,licenses, permits and bonds; and pay all applicable federal, state and local taxes.Bidders will fully comply with all terms of the request for proposals. Bidders that do not comply arenonresponsive and will be rejected.Standard Contract FormThe State of Alaska Standard Contract Form for Goods and Non-Professional Services contracts,General Contract Provisions (Appendix A1), and state insurance requirements (Appendix B1) areattached for reference and are applicable to any contract resulting from this RFP.PricesPrices quoted for services must be quoted in U.S. Funds. Prices quoted in proposals must beexclusive of federal, state, and local taxes. If the bidder believes that certain taxes are payable bythe State, the bidder should list such taxes separately in his proposal. The State of Alaska is exemptfrom Federal Excise Tax under Registration No. 92-73-0006-K.InvoicesContractor shall submit an itemized invoice to the DPS Aircraft Section, Attn: Mr. Rick Falk, 4827Aircraft Drive, Anchorage, AK 99502. Payment will be made after aircraft rebuild has been completedand accepted by the State. Partial payments may be negotiated, based on work completed.
Page 14
DPS RFP 12-118329 10/15/0914 Firm OfferFor the purpose of award, proposals made in accordance with this RFP must be good and firm for aperiod of ninety (90) days following delivery of the proposal.Late ProposalsProposals received after the time and date set for their receipt (due date) will not be accepted andwill be returned to the bidder unopened.Proposal RejectionThe State reserves the right to reject all proposals at any time prior to award, and to waiveformalities when it is in the State’s best interest to do so. The State may reject proposals if they areincomplete, fail to acknowledge addenda, are improperly signed, or conditioned in any way. TheState is not liable for any costs incurred by the bidder in proposal preparation.Contract FundingThe agreement that is entered into as a result of this RFP is subject to the availability andappropriation of funds.AssignmentAssignment of rights and duties under a contract resulting from this RFP is not permitted unlessauthorized in writing by the Department of Public Safety.Conflict of InterestAn officer or employee of the State of Alaska may not seek to acquire, be a party to, or possess afinancial interest in this contract if (a) the officer or employee is an employee of the administrativeunit that supervises the award of this contract; or (b) the officer or employee has the power to takeor withhold official action so as to affect the award or execution of the contract.Force MajeureThe contractor is not liable for the consequences of any failure to perform, or default in performing,any of its obligations under an agreement entered into as a result of this RFP, if that failure or defaultis caused by any unforeseeable Force Majeure, beyond the control of and without the fault ornegligence of the contractor. For the purpose of this agreement, Force Majeure will mean war(whether declared or not); revolution; invasion; insurrection; riot; civil commotion; sabotage; militaryor usurped power; lightning; explosion; fire; storm; drought; flood earthquake; epidemic orquarantine.
Page 15
DPS RFP 12-118329 10/15/0915 IndemnificationThe Contractor shall indemnify and defend the contracting agency from and against any claim of, orliability for error, omission or negligent act of the Contractor under this agreement. The Contractorshall not be required to indemnify the contracting agency for a claim of, or liability for, theindependent negligence of the contracting agency. If there is a claim of, or liability for, the jointnegligent error or omission of the Contractor and the independent negligence of the Contractingagency, the indemnification and hold harmless obligation shall be apportioned on a comparative faultbasis. “Contractor” and “Contracting agency”, as used within this and the following article, include theemployees, agents and other contractors who are directly responsible, respectively, to each. Theterm “independent negligence” is negligence other than in the Contracting agency’s selection,administration, monitoring, or controlling of the Contractor and in approving or accepting theContractor’s work.DisputesAny dispute arising out of the agreement resulting from the RFP shall be resolved under the laws ofthe State of Alaska. Any appeal of the administrative order or ruling and any action to enforce anyprovision of this agreement or to obtain any relief from or remedy in connection with this agreementmay be brought only in the Superior Court for the State of Alaska.AwardAward will be made to the responsive and responsible bidder providing the proposal determined to bethe most advantageous to the state.____________________________Annie Messer, C.P.M.DPS Procurement OfficerPhone: (907) 561-1092, ext. 226Fax: (907) 561-9178E-Mail: annie.messer@alaska.gov
Page 16
DPS RFP 12-118329 10/15/0916 STANDARD CONTRACT FORM SAMPLE – DO NOT COMPLETE Goods and Non-Professional Services 1. AGENCY CONTRACTN2. CONTRACT TITLE3. FINANCIAL CODING4. AGENCY ASSIGNED ENCUMBRANCEN5. VENDOR NUMBER6. PROJECT/CASE NUMBER7. ALASKA BUSINESS LICENSE NUMBERThis contract is between the STATE OF ALASKA,8. DEPARTMENT OFDIVISION PUBLIC SAFETYhereafter the STATE, and 9. CONTRACTOR hereafter the CONTRACTOR MAILING ADDRESSSTREET OR P.O. BOXCITYSTATEZIP+4CONTACT NAME PHONE NUMBER FACSIMILE NUMBER10.ARTICLE1. APPENDICES: Appendices referred to in this contract and attached to it are considered part of it.ARTICLE2. PERFORMANCE OF CONTRACT:2.1 Appendix A1 (General Conditions), Items 1 through 17, govern contract performance.2.2 Appendix B sets forth the liability and insurance provisions of this contract.2.3 Appendix C sets forth the scope of work/services to be performed by the contractor.ARTICLE3. PERIOD OF PERFORMANCE: The period of performance for this contract begins , and ends.ARTICLE4. CONSIDERATIONS:4.1 In full consideration of the contractor's performance under this contract, the State shall pay the contractor a sum not to exceed$__________________________ in accordance with the provisions of Appendix D.4.2 When billing the State, the contractor shall refer to the Agency Contract Number and send the billing to:11. DEPARTMENT OFATTENTION: DIVISION OFMAILING ADDRESSATTENTION:PHONEFACSIMILE12.CONTRACTOR13.CONTRACTING AGENCYNAME OF FIRMDEPARTMENT/DIVISIONSIGNATURE OF AUTHORIZED REPRESENTATIVESIGNATURE OF PROCUREMENT OFFICERTYPED OR PRINTED NAME OF AUTHORIZED REPRESENTATIVETYPED OR PRINTED NAME OF PROCUREMENT OFFICERDATEDATE
Page 17
DPS RFP 12-118329 10/15/0917 APPENDIX A1 - GENERAL CONDITIONS 1. INSPECTION AND REPORTS.The department may inspect, in the manner and at reasonable times it considers appropriate, all the contractor's facilities and activities under this contract. The contractor shall make progress and other reports in the manner and at the times the department reasonably requires.2.SUITABLE MATERIALS, etc.Unless otherwise specified, all materials, supplies or equipment offered by the contractor shall be new, unused, and of the latest edition, version, model or cropand of recent manufacture.3. DISPUTES.Any dispute arising out of this agreement shall be resolved under the laws of Alaska. Any appeal of an administrative order or any original action to enforceany provision of this agreement or to obtain any relief from or remedy in connection with this agreement may be brought only in the superior court for theState of Alaska.4. DEFAULT.In case of default by the contractor, for any reason whatsoever, the State of Alaska may procurement the goods or services from another source and how thecontractor responsible for any resulting excess cost and may seek other remedies under law or equity.5. NO ASSIGNMENT OR DELEGATION.The contractor may not assign or delegate this contract, or any part of it, or any right to any of the money to be paid under it, except with the written consentof the Procurement Officer. 6. NO ADDITIONAL WORK OR MATERIAL.No claim for additional supplies or services, not specifically provided in this contract, performed or furnished by the contractor, will be allowed, nor may thecontractor do any work or furnish any material not covered by the contract unless the work or material is ordered in writing by the Procurement Officer.7. INDEPENDENT CONTRACTOR. The contractor and any agents and employees of the contractor act in an independent capacity and are not officers or employees or agents ofthe State in the performance of this contract. 8. PAYMENT OF TAXES.As a condition of performance of this contract, the contractor shall pay all federal, State, and local taxes incurred by the contractor and shall require theirpayment by any Subcontractor or any other persons in the performance of this contract. Satisfactory performance of this paragraph is a condition precedentto payment by the State under this contract.9. COMPLIANCE. In the performance of this contract, the contractor must comply with all applicable federal, state, and borough regulations, codes, and laws; and be liable for allrequired insurance, licenses, permits and bonds.10. CONFLICTING PROVISIONS. Unless specifically amended and approved by the department of Law the General Conditions of this contract supersede any provisions in other appendices.11. OFFICIALS NOT TO BENEFIT.Contractor must comply with all applicable federal or State laws regulating ethical conduct of public officers and employees.12. CONTRACT PRICES.Contract prices for commodities must be in U.S. funds and include applicable federal duty, brokerage fees, packaging, and transportation cost to the FOBpoint so that upon transfer of title the commodity can be utilized without further cost. Prices for services must be in U.S. funds and include applicablefederal duty, brokerage fee, packaging, and transportation cost so that the services can be provided without further cost.13. CONTRACT FUNDINGContractors are advised that funds are available for the initial purchase and/or the first term of the contract. Payment and performance obligations forsucceeding purchases and/or additional terms of the contract are subject to the availability and appropriation of funds.14. FORCE MAJEURE (Impossibility to perform) The contractor is not liable for the consequences of any failure to perform, or default in performing, any of its obligations under this Agreement, if thatfailure or default is caused by any unforeseeable Force Majeure, beyond the control of, and without the fault or negligence of, the contractor. For thepurposes of this Agreement, Force Majeure will mean war (whether declared or not); revolution; invasion; insurrection; riot; civil commotion; sabotage;military or usurped power; lightning; explosion; fire; storm; drought; flood; earthquake; epidemic; quarantine; strikes; acts or restraints of governmentalauthorities affecting the project or directly or indirectly prohibiting or restricting the furnishing or use of materials or labor required; inability to securematerials, machinery, equipment or labor because of priority, allocation or other regulations of any governmental authorities.15. CONTRACT EXTENSION: Unless otherwise provided, the State and the contractor agree: (1) that any holding over of the contract excluding any exercised renewal options, will beconsidered as a month-to-month extension, and all other terms and conditions shall remain in full force and effect and (2) to provide written notice to theother party of the intent to cancel such month-to-month extension at least thirty (30) days before the desired date of cancellation.16. SEVERABILITY: If any provision of the contract is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and provisions will not beaffected; and, the rights and obligations of the parties will be construed and enforced as if the contract did not contain the particular provision held to beinvalid.17. CONTINUING OBLIGATION OF CONTRACTOR.Notwithstanding the expiration date of this contract, the contractor is obligated to fulfill its responsibilities until warranty, guarantee, maintenance and partsavailability requirements have completely expired.
Page 18
DPS RFP 12-118329 10/15/0918 APPENDIX B 1 INDEMNITY AND INSURANCEArticle 1. IndemnificationThe Contractor shall indemnify, hold harmless, and defend the contracting agency from and againstany claim of, or liability for error, omission or negligent act of the Contractor under this agreement.The Contractor shall not be required to indemnify the contracting agency for a claim of, or liability for,the independent negligence of the contracting agency. If there is a claim of, or liability for, the jointnegligent error or omission of the Contractor and the independent negligence of the Contractingagency, the indemnification and hold harmless obligation shall be apportioned on a comparative faultbasis. “Contractor” and “Contracting agency”, as used within this and the following article, include theemployees, agents and other contractors who are directly responsible, respectively, to each. Theterm “independent negligence” is negligence other than in the Contracting agency’s selection,administration, monitoring, or controlling of the Contractor and in approving or accepting theContractor’s work.Article 2. InsuranceWithout limiting Contractor's indemnification, it is agreed that Contractor shall purchase at its ownexpense and maintain in force at all times during the performance of services under this agreementthe following policies of insurance. Where specific limits are shown, it is understood that they shall bethe minimum acceptable limits. If the Contractor's policy contains higher limits, the state shall beentitled to coverage to the extent of such higher limits. Certificates of Insurance must be furnished tothe Contracting Officer prior to beginning work and must provide for a 30-day prior notice ofcancellation, nonrenewal or material change of conditions. Failure to furnish satisfactory evidence ofinsurance or lapse of the policy is a material breach of this contract and shall be grounds fortermination of the Contractor's services. All insurance policies shall comply with, and be issued byinsurers licensed to transact the business of insurance under AS 21.2.1 Workers' Compensation Insurance: The Contractor shall provide and maintain, for allemployees engaged in work under this contract, coverage as required by AS 23.30.045, and;where applicable, any other statutory obligations including but not limited to Federal U.S.L. &H. and Jones Act requirements. The policy must waive subrogation against the State.2.2 Commercial General Liability Insurance: covering all business premises and operationsused by the Contractor in the performance of services under this agreement with minimumcoverage limits of $300,000 combined single limit per occurrence. (NOTE: This coverage iswaived for aircraft maintenance services contractors per Mr. Brad Thompson, Director,Division of Risk Management, effective November 14, 2007).2.3 Commercial Automobile Liability Insurance: covering all vehicles used by theContractor in the performance of services under this agreement with minimum coverage limitsof $300,000 combined single limit per occurrence.
 
alaska trps cub

must be a English democrat from the Alaska interior. I can't imagine being that bored. :chill:
 
Whilst I agree with the previous comments, what I found really interesting was the specifications.

It's interesting to see what a very experienced agency like this thinks is important in a Supercub rebuild. Maybe I'm too used to weeding out the arcane contract boilerplate and such at w*rk, and getting to the "meat" of the equipment specifications.

As ususal, I learned a lot.

Thanks. cubscout
 
It looks like every other government agency RFP I see.

I wonder given the aggressive time requirements, the involvement of State specified parts and contractors, and the amount of work required, is <$50K realistic? I would expect change orders or other contract modifiers before its finished. Usually with govenment contracts the successful bidder is more adept at playing the contract game than at the craft required within the contract.

SB
 
Folks,

The reason they have all that "boilerplate" in there is twofold:

1) Because the people we elect to office pass laws that REQUIRE a lot of that boilerplate.

2) Because MANY vendors will try to slide through ANY little opening they can find in specifications.

I've seen the latter done so many times it isn't funny at all.

So the agency has to specify EVERYthing right down to the nuts and bolts so that the low bidder doesn't hand them a pig in a poke at the end of the game.

Stewart, at least on these kinds of contracts, there are typically very few change orders, and oftentimes the agency has a pretty good handle on what it's going to cost, from past experience. Sometimes of course, costs change from one to the next, but....

MTV
 
(Comment offered from the prospective of a 20+ year procurement professional)

- This is surprisingly short, given that it is a formal request from a public entity; the length and verbosity is a function of government procurement and should not necessarily be attributed to Ms. Messer
- Given that the work is not subject to easy definition, a formal tender for this work, particularly one with budget limitations, is largely a waste of time;
- I'm not overly familiar with the SoA procurement code, but I would have to suspect that they need to run a public tender process (and presumably receive non-responsive proposals) before they can go to a shop (or a few shops) and undertake a negotiated procurement
- Having direct, current, experience with restoration costs, and being in the business of negotiating contracts, I suspect that getting the published scope of work done under a SoA contract for the proposed budget is impossible. :roll:
 
RL,

Are you really that short? You WANT to come home at the darkest/coldest time of year? I can't wait for the next opportunity to land at IAH and see green grass!

Ahh, but T-II moose season opens on Sunday, the world is freezing up nicely and we have a little snow. I guess I'll put the skis on this weekend and try to remember how lucky I am to live here!

Stewart
 
Does not seem impossible, considering they supply parts.

New fuse, add state parts and assemble...

Question is: what condition is the original? and is it bent to H...
 
First day in God's country is 12/5. That's what the countdown was originally based upon.

Work at new job for 2 weeks (12/5 - 12/19), then bring the kids/grandkids to Texas/Florida for their last chance at sun & sand.

Jan. 11th, DW & I will be back in AK.

At this point, gut feel is that I don't care what time of year it is, I just want to get back to AK. However, logic does indicate that it will be quite a transition .....near as I can tell, it's not too far off to estimate a 60 degree differential between Anchorage and the greater Houston area.
 
All kidding aside, good for you. I know that's what you've wanted. And now you can kick Mike in the rear every once in a while. At this point your goal will be to reduce his use of green tape. You'll find out what I mean. :lol:

SB
 
StewartB said:
All kidding aside, good for you. I know that's what you've wanted. And now you can kick Mike in the rear every once in a while. At this point your goal will be to reduce his use of green tape. You'll find out what I mean. :lol:

SB

you made me scratch my head for a bit with the green tape comment, now I remember!
 
pa12drvr said:
First day in God's country is 12/5. That's what the countdown was originally based upon.

Work at new job for 2 weeks (12/5 - 12/19), then bring the kids/grandkids to Texas/Florida for their last chance at sun & sand.

Jan. 11th, DW & I will be back in AK.

At this point, gut feel is that I don't care what time of year it is, I just want to get back to AK. However, logic does indicate that it will be quite a transition .....near as I can tell, it's not too far off to estimate a 60 degree differential between Anchorage and the greater Houston area.

cool!
 
By the dates given, the aircraft have already been delivered to whom ever received the contract. The terms and time lines are tight. I wouldn't want that contract unless I had a team and shop ready to run hard. The shop would have had to know way ahead of time also, to keep their schedule open from existing customers.
Who got the contract?
 
When RFPs contain ambiguities and subjective value points I wonder if the State didn't already know who they wanted to do the work and were simply going through the motions to satisfy the RFP process requirements. It happens. It would be interesting next spring to review the actual cost of the total rebuild project. Most of us know the range of cost a comprehensive rebuild fits into. I doubt the State can get it done for the same or less than a private party. Another interesting point is that they choose to rebuild an old Cub rather than go to market for a new airplane like a Super 18, CC18, or Husky. Apparently they don't want to cross that bridge and would rather keep a real Cub. While that may make sense from an operational standpoint it probably doesn't make sense from an asset management standpoint.

Stewart
 
This plane will cost the State $150,000 by the time it is complete.
The State shall provide all major parts; the contractor shall provide all consumables (dope, fabric, hardware, welding supplies, paint, etc)
Lycoming 0320-B2B Engine assembly with mount will be supplied by DPS
State will provide a New Northern Airframes fuselage with upper and lower door.4.Aircraft wiring will be completed by Avionics Specialists
They can buy a completed aircraft close to their specs. for $125K and sell the "project" for $40K... a $65k difference. Sarah wouldn't have permitted this waste of taxpayer dollars.
 
Dave,

Maybe Sarah could have sought counsel from those upstanding and fiscal conservative Californians, Barbara Boxer and Nancy Pelosi. :lol:

SB
 
When RFPs contain ambiguities and subjective value points I wonder if the State didn't already know who they wanted to do the work and were simply going through the motions to satisfy the RFP process requirements. It happens.


It happens all the time. I've seen it happen many times on smaller State, Municipal and especially Borough projects.

R.D.
 
I was making a wise crack in jest. I agree with Dave's assessment of the cub costs.

Peace.

SB
 
StewartB said:
Dave,

Maybe Sarah could have sought counsel from those upstanding and fiscal conservative Californians, Barbara Boxer and Nancy Pelosi. :lol:

SB

Stewart-

Are you trying to get this sent to R&R for political comments :o
 
behindpropellers said:
Just think how much we paid some guy to write that :o :o :o
I resemble that remark...

Actually that proposal is pretty well written... likely there is also a series of affidavits also required such as for non-collusion, non-discrimination and anti-kickback.

Kirby
 
dave said:
This plane will cost the State $150,000 by the time it is complete.
The State shall provide all major parts; the contractor shall provide all consumables (dope, fabric, hardware, welding supplies, paint, etc)
Lycoming 0320-B2B Engine assembly with mount will be supplied by DPS
State will provide a New Northern Airframes fuselage with upper and lower door.4.Aircraft wiring will be completed by Avionics Specialists
They can buy a completed aircraft close to their specs. for $125K and sell the "project" for $40K... a $65k difference. Sarah wouldn't have permitted this waste of taxpayer dollars.

Dave,

It is very difficult to take competitive bids on used equipment... then they would also have to take bids on the project...
 
all kiding aside,iwouldn't be surprized if they didn't have more money in the repair kitty! with the state budget new equipment
was probably the first to get axed!!!

jr.
 
StewartB said:
Dave,

Maybe Sarah could have sought counsel from those upstanding and fiscal conservative Californians, Barbara Boxer and Nancy Pelosi. :lol:

SB
We're on the same page Stewart. Regarding California politics I am part of a small (and shrinking) minority.
 
The old airframes and parts may come up on auction as some of their excess parts occasionally do.
 
OLDCROWE said:
behindpropellers said:
Just think how much we paid some guy to write that :o :o :o
I resemble that remark...

Actually that proposal is pretty well written... likely there is also a series of affidavits also required such as for non-collusion, non-discrimination and anti-kickback.

Kirby

I agree. Folks always think there is some sort of conspiracy when it comes to public procurement, but the chances of that are slim today. The contract officer bears much personal responsibility, requires bonding, etc. Probably not going to risk prosecution over something as petty as rebuilding a toy airplane.

Also, bid shopping is illegal.

gb
 
Back
Top