Solicitation Number: | 711-SH | ||||||||||||||
Title: | Helicopter Maintenance, Engineering and Repair Services | ||||||||||||||
Department: | Sheriff | ||||||||||||||
Bid Type: | Service | Bid Amount: | N/A | ||||||||||||
Commodity: | MAINT & REPAIR - AIRPLANES, HELICOPTERS, AND ACCESSORIES | ||||||||||||||
Description: |
July 28, 2023
Notice to Vendors: BULLETIN NUMBER 1 REQUEST FOR STATEMENT OF QUALIFICATIONS (RFSQ) HELICOPTER MAINTENANCE, ENGINEERING AND REPAIR SERVICES RFSQ NUMBER 711-SH INTRODUCTION The County of Los Angeles (County) Sheriff’s Department (Department) is seeking qualified vendors (Vendors) to enter into Master Agreements with the County to provide helicopter maintenance, engineering, and repair services (Services) on an as-needed basis for the Department’s Aero Bureau. VENDOR’S MINIMUM MANDATORY QUALIFICATIONS It is required that Vendors perform the Services listed in Attachment 1 (Statement of Work) to Appendix A (Model Master Agreement). Interested Vendors that can demonstrate their ability to successfully provide the required Services listed in Attachment 1 (Statement of Work) are invited to submit a Statement of Qualifications (SOQ) provided they meet the following Minimum Mandatory Qualifications. MINIMUM MANDATORY QUALIFICATIONS 1. Vendor must have at least five years of experience, within the last ten years, providing a full range of aircraft maintenance services in a minimum of one of the following flight-critical areas: dynamic component repair and overhaul, power plant repair and overhaul, airframe repair and refurbishment, aircraft repair parts resale and distribution, aircraft electrical and hydraulic systems maintenance and repair, and avionics systems maintenance and repair as described in Paragraph 3.1 (Service Type 1 – Critical Component Services) of Attachment 1 (Statement of Work) to Appendix A (Model Master Agreement). Vendor must complete Exhibit 8 (Vendor’s List of References) of Appendix B (Required Forms) listing all references necessary to verify this Minimum Mandatory Qualification. AND/OR 2. Vendor must have at least five years of experience, within the last ten years, providing a full range of maintenance services in a minimum of one of the non-flight-critical areas repair as described in Paragraph 3.2 (Service Type 2 – Non-Critical Component Services) of Attachment 1 (Statement of Work) to Appendix A (Model Master Agreement). Vendor must complete Exhibit 8 (Vendor’s List of References) of Appendix B (Required Forms) listing all references necessary to verify this Minimum Mandatory Qualification. AND/OR 3. Vendor must have at least five years of experience, within the last ten years, providing completion services to new or used, unequipped or minimally equipped Airbus Helicopters AS332, H225, and/or AS350 series helicopters, as further described in Paragraph 3.3 (Service Type 3 – Completion Services) of Attachment 1 (Statement of Work) to Appendix A (Model Master Agreement). Vendor must complete Exhibit 8 (Vendor’s List of References) of Appendix B (Required Forms) listing all references necessary to verify this Minimum Mandatory Qualification. 4. Vendor must possess one of the following licenses: a) License to operate a repair station, certified and approved by the Federal Aviation Administration (FAA) under Federal Aviation Regulation codified at 14 C.F.R. Part 145, or b) License to operate an Approved Maintenance Organization (AMO), certified and approved by Transport Canada under Canadian Aviation Regulations, Part V, subpart 73. Vendor must complete Exhibit 9 (Required Licenses, Certifications, Memberships, and Permits) of Appendix B (Required Forms) and provide a copy of the license(s) listed above to verify this Minimum Mandatory Qualification. 5. Vendor must have a business office located within the continental United States or Canada staffed by qualified service personnel who maintain service records and receive service requests over the telephone/internet. 6. If Vendor’s compliance with a County contract has been reviewed by the Department of the Auditor-Controller within the last ten years, then Vendor must not have unresolved questioned costs identified by the Auditor-Controller, in an amount over $100,000.00, that are confirmed to be disallowed costs by the contracting County department, and remain unpaid for six months or more from the date of disallowance, unless such disallowed costs are the subject of current good faith negotiations to resolve the disallowed costs, in the opinion of the County. RFSQ RELEASE The RFSQ will be released and accessible via the Sheriff’s Department website at: https://lasd.org/transparency/solicitations/. All potential Contractors are encouraged to monitor the above solicitation website for Bulletins, as they are posted, during the entire solicitation process. RFSQ TIMETABLE The timetable for the RFSQ is as follows: ? Release of RFSQ July 28, 2023 ? Request for a Solicitation Requirements Review Due August 11, 2023 ? Written Questions Due August 23, 2023 ? Questions and Answers Released August 31, 2023 ? SOQ due by 3:00 p.m. (Pacific Time) September 14, 2023 The SOQ due date above is an initial due date. SOQs not received by that date may not be reviewed initially, however, they may be reviewed at a later date to determine if they meet the Minimum Mandatory Qualifications. The solicitation will remain open until the needs of the Department are met. SOQ SUBMISSION The original SOQ, three numbered exact hard copies, and two separate exact electronic copies in PDF format on flash drives (memory sticks) must be enclosed in a sealed envelope or box, plainly marked in the upper left-hand corner with the name and address of Vendor bearing the words: “SOQ for Helicopter Maintenance, Engineering and Repair Services (RFSQ 711-SH)” The SOQ and any related information must be delivered or mailed to: Los Angeles County Sheriff’s Department Fiscal Administration – Contracts Unit 211 West Temple Street, 6th Floor Los Angeles, California 90012 Attention: Lauren Thai It is the sole responsibility of the submitting Vendor to ensure that its SOQ is received before the submission deadline identified in Paragraph 7.2 (RFSQ Timetable) of the RFSQ. Submitting Vendors must bear all risks associated with delays in delivery by any person or entity, including the U.S. Mail. No facsimile (fax) or electronic mail (e-mail) copies will be accepted. Any SOQ received after the scheduled due date and time as stated in Paragraph 7.2 (RFSQ Timetable) of the RFSQ, or any addendum amending the SOQ due date and time, will not be reviewed initially; however, may be reviewed at a later date. CONTACT WITH COUNTY PERSONNEL Any contact regarding the RFSQ or any matter relating thereto must be in writing and may be e-mailed to: Contract Analyst: Lauren Thai Email address: lbthai@lasd.org Vendors are specifically directed not to contact any other County person or agent for any matter related to the RFSQ. If it is discovered that a Vendor contacted and/or received information from any County person or agent, other than the person specified above, regarding the RFSQ, the County at its sole discretion may disqualify Vendor and their SOQ from further consideration. More
|
||||||||||||||
Open Day: | 7/28/2023 | Close Date: | Continuous | ||||||||||||
Contact Name: | Rodrigo Mojarro | Contact Phone: | (213) 229-3271 | ||||||||||||
Contact Email: | rmojarro@lasd.org | ||||||||||||||
Amendment (3) : |
|
||||||||||||||
Last Changed On: | 10/16/2024 2:08:29 PM | ||||||||||||||
Attachment File (0) : |
|