Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOLICITATION NOTICE

16 -- Aircraft Components and Accessories

Notice Date
5/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-02-Q-100042
 
Response Due
5/16/2002
 
Archive Date
5/31/2002
 
Point of Contact
Sherri Peele, HU25 Contract Specialist, Phone 252-335-6491, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
SPeele@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-06. The North American Industrial Classification Code (NAICS) is 336412. The small business size standard is 1000 employees. This is an unrestricted procurement. The purchase order will be awarded as a firm fixed price purchase order using simplified acquisition procedures in accordance with FAR Part 13. The U.S. Coast Guard intends to award to the Original Equipment Manufacturer (OEM) of the ATF3-6-4C aircraft engine, Honeywell International, Defense & Space, 1300 West Warner Road, Tempe, AZ 85285-2200. Clin 1 Update of the Heavy Maintenance, Light Maintenance, Repair Manuals and Illustrated Parts Catalog in CD-ROM format. The work shall be performed in accordance with the statement of work included below. STATEMENT OF WORK Honeywell International, ATF3-6-4C, Publications Requirements 01 MARCH 2002 Technical Point of Contact, AMTC John Symons, HU25 Engineering, 252-334- 5426 GENERAL: This Statement of Work describes the technical publication requirements necessary to support the ATF3-6-4C engine as used on the Coast Guard HU-25 aircraft for FY02. SCOPE OF WORK: The contractor, Honeywell International shall electronically update and revise the publications previously delivered on CD-ROM to the USCG under Contract DTCG38-99-P-100499. These publications include the Light Maintenance Manual, Heavy Maintenance Manual, Repair Manual, and Illustrated Parts Catalog, and all applicable Service Bulletins for the ATF3-6-4C engine. The revision shall incorporate all Temporary Revisions, Spare Parts Bulletins and all applicable Service Bulletins for the ATF3-6-4C engine that are current as of the contract award date. Honeywell understands that the Coast Guard intends to duplicate these files. Honeywell shall provide written authorization for the Coast Guard to duplicate these PDF files as necessary for Coast Guard distribution and other government use. Honeywell shall also provide written authorization for Coast Guard to modify (add/delete) bookmarks and other links, which do not change the technical content of those PDF files, as necessary for other government use. REQUIREMENTS: 1. The following Honeywell International ATF3-6-4C engine manuals shall be provided in CD-ROM format, and if practical on a single CD. a. ATA 72-00-52, Light Maintenance Manual, (CGTO 2J-ATF3-2-1) b. ATA 72-00-53, Heavy Maintenance Manual, (CGTO 2J-ATF3-2-2) c. ATA 72-00-54, Repair Manual, (CGTO 2J-ATF3-2-3) d. ATA 72-00-51, Illustrated Parts Catalog, (CGTO 2J-ATF3-4) e. All applicable (approx. 222 each) ATF3-6-4C Service Bulletins 2. The files, for these manuals, shall be searchable and optimized, Adobe Acrobat? PDF files including all book marking, linking, linking artwork, and necessary active hyperlinks. 3. The PDF bookmarks for each manual shall include, but not limited to, at least each chapter, section, subsection figure and table. All bookmarks and links shall have a default setting of "Inherent Zoom" to allow the user to maintain their viewing preferences. 4. PDF linking shall be used to link all tables of contents to the appropriate section within each manual. Each link shall be visible to the user, using such conventions as icons, colored text, or highlighting to provide visual queues. DELIVERABLES: 1. Searchable and optimized, Adobe Acrobat? PDF files for the Honeywell Manuals and Service Bulletins in CD-ROM format. 2. Written authorization for the Coast Guard to duplicate these PDF files and to modify (add/delete) bookmarks and other links, which do not change the technical content of those PDF files, as necessary for Coast Guard distribution and other government use. 3. Prepare monthly and final progress reports advising the Coast Guard of the current project status. The progress reports shall include, but are not limited to, the following: Actual vs. scheduled progress; Scheduled delivery date; Problems encountered; Effect on completion, reasons, and anticipated completion date; Actual vs. scheduled man-hours expended by labor category. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair & Supply Center, Elizabeth City, NC 27909, Attn: Receiving Section, Bldg. 63. F.O.B. destination applies and any offers submitted on a basis other than F.O.B. Destination will be rejected as nonresponsive. Packaging and marking shall be in accordance with best commercial practices to ensure safe transit. Each package shall be individually labeled on the outside with Nomenclature, Purchase Order Number, Line Item Number. Bar coding is authorized, however, not mandatory. Final inspection and acceptance shall be performed by HU25 Engineering Section, Bldg. 79 in accordance with the SOW. Required delivery date is 60 days after receipt of purchase order. Anticipated award date is May 22, 2002. All responsible sources may submit a quotation which shall be considered by the Agency. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.212-1 Instructions To Offerors Commercial Items (Oct 2000) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) this provision will not be used. Award will be made to the offeror who submits the lowest price technically acceptable FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Apr 2002) Alt I (Apr 2002) These certifications must be included with the quotation, copies may be obtained by calling the Agency FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002) ADDENDUM FAR 52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been repaired in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. (End of Provision) FAR 52.247-45 F.O.B. Destination (Nov 1991) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the Full Text of a clause may be accessed electronically at this Internet address; www.deskbook.osd.mil FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2001) FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) FAR 52.225-3 Buy American Act?North American Free Trade Agreement?Israeli Trade Act?Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note) FAR 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800)532-1169. Internet address: http://osdbuweb.dot.gov. FAR 52.211-15 Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990) Closing date and time for receipt of offers is May 16, 2002, 4:00 pm, Eastern Daylight Time. Facsimile Offers are acceptable and may be forwarded via fax number 252-334-5427. Email offers may be submitted to Ms. Sherri Peele at speele@arsc.uscg.mil. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date and warranty provisions. Offeror Representations and Certifications-Commercial Items shall be submitted with quotation.
 
Record
SN00072057-W 20020508/020506213221 (fbodaily.com)
 
Source
FedBizOpps.gov 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.