SOLICITATION NOTICE
J -- Repair of HU25 MX-15 FLIR
- Notice Date
- 2/8/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-05-Q-101001
- Response Due
- 3/11/2005
- Archive Date
- 3/26/2005
- Description
- This is a combined synopsis/solicitation for the procurement of repair services for 5 commercial MX-15 FLIR components used in support of the Coast Guard?s HU25 Falcon aircraft, 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 (DTCG38-05-Q-101001) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1,000 employees. This is a sole source procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The award will be based on FAR Part 6.302-1. The contract will be awarded as a firm fixed price requirements type contract. Although the USCG intends to negotiate and award to the OEM (Original Equipment Manufacturer), Wescam, Inc., Burlington, Ontario, Canada, for the repair/overhaul of the following 5, MX-15, FLIR components with estimated quantities, any responsible offers will be considered. (1) Flir turret, NSN 5963-01-HS1-4753, P/N 40453-03, 6 ea per year (2) Master Control Unit (MCU), NSN 5963-01-HS1-5032, P/N 40582-08, 2 each per year (3) Power Conditioner 28VDX (PCU), NSN 5826-01-HS1-5040. P/N 40581-02, 1 each per year (4) Operator Control Unit (OCU), NSN 5963-01-HS1-5041, P/N 40980-09, 1 each per year (5) Joystick (FLIR), NSN 5840-01-HS1-5042, P/N 40995-03, 1 each per year STATEMENT OF OBJECTIVES 1.0 BACKGROUND The U.S. Coast Guard currently operates nine HU25C and six HU25D model aircraft manufactured between 1982 and 1984 by Dassault-Breguet Aviation SA-Avions Marcel. The HU25C & D uses the Wescam FLIR system. These aircraft are used in surveillance missions that are performed mainly over water with aircraft and system components being exposed to salt-laden environments. Line Replaceable Units (LRU?S) contained within each system are serial number tracked under the Coast Guard?s Aviation Computerized Maintenance System (ACMS). This tracking provides, but is not limited to: an individual LRU historical record of repair and/or overhaul; tracking of component time (TSN/TIS, TSO, and MTBF); component status; and physical location. 2.0 OBJECTIVE The Coast Guard?s objective is to obtain services of the OEM to effectively repair/overhaul and provide complete, ready-to-install HU-25 LRU?s. "Repaired/overhauled LRU's must meet the OEM current specifications and must perform at the system level". Each LRU when installed shall be required to operate/interact with the other LRU?s within the radar and OASIS system without need of adjustment or degradation of system operation. The system is also comprised of many subcomponents that provide video and power distribution to operate these LRU's. The offeror is responsible for all necessary functions to perform services requested. This includes, but is not limited to: Trained personnel; Required Tooling; Calibrated Test Equipment; FAA and/or OEM approved replacement parts; publications and documents pertaining to the LRU; preservation and shipping. The offeror?s responsibilities to Coast Guard ACMS consist of ensuring that the significant component history corresponds with the component, and that all OEM service bulletins remain incorporated upon completion of work. Under a performance-based contract structure, performance metrics and service level agreements will be used to monitor the performance of this contract. The Coast Guard Aircraft Repair and Supply Center?s (ARSC) HU-25 Product Line and the winning offeror will baseline and monitor progress using agreed-to performance metrics and service level agreements. B. To meet the Coast Guard?s objectives, the offeror will be required to meet the following criteria: 1. Technical: a. Provide detailed work specifications for baseline repair of LRU(s) and how these installed LRUs will operate/interact at the system level within the radar and OASIS system. b. Provide a written Performance Metrics plan. c. Provide evidence of an ability to maintain a Quality System acceptable to the Coast Guard. d. Possess or show ability to obtain adequate technical data, tooling, and fixtures to meet the OEM current specifications. e. Provide an incentive proposal. f. Provide repercussions for failure to meet Turn-Around-Time (TAT). 2. Past Performance a. Provide documentation for having performed repair/overhaul of similar or like items. b. Provide Points of Contact for past performance documentation for the past two years to include: references? name, company, phone number, and e-mail address. 3. Pricing Provide a firm-fixed price for repair/overhaul of the part numbers listed above for ALL years including both Level I and Level II repairs. DEFINITIONS Turn around time (TAT): Turn around time is defined as the time item is received at vendor?s facility until item is returned to ARSC or designated Air Station. Premature failures are identified as those failures, which occur during testing prior to installation or within the first 250 hours of operation. Note: Premature failures found to be ?No fault Found? will not be considered in the premature failure penalty clause. Level I Repair: Test/inspect/repair as necessary. This work consists of inspection, failure analysis, defective part(s) replacement if necessary, and testing to meet the OEM?s functional return to service requirements. Level II Repair: Over and above a Level I Repair for units showing excessive degradation. 3.0 APPLICABLE DOCUMENTS The following Technical Specifications are applicable 1. OEM current repair and maintenance support documentation 2. OEM Service Bulletins (SBs) DATA AVAILABILITY The Coast Guard does not possess and cannot provide OEM Service Bulletins and specifications. PERFORMANCE INCENTIVES/DISINCENTIVES. The contractor may propose performance incentives/disincentives for this contract. (End of Statement of Objectives) PACKING SLIP: At the time of each delivery of supplies or services under this contract, the contractor must furnish to the Government a properly completed packing slip. This packing slip must include the following information (1) National Stock Number (2) Part Number (3) Nomenclature (4) Serial Number (5) Delivery Order Number (6) Line Item Number (7) Quantity One copy of the packing slip shall be attached to the outside of the shipping container. CERTIFICATE OF CONFORMANCE (COC) and/or FAA FORM 8130-3/8130-4, AIRWORTHINESS APPROVAL TAG The contractor shall furnish a COC and/or an FAA Form 8130-3/8130-4 Airworthiness Approval Tag for material under this contract. The COC and/or airworthiness approval tag must be attached to the outside of the shipping carton and a copy must be attached to the invoice. Failure to do so will result in a delay in payment. PACKAGING/MARKING F.O.B will be DESTINATION ONLY. Each piece of equipment shall be packaged in accordance with ASTMD 3951-98 dated 10 Nov 98 to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. The contractor shall remove the unserviceable tag, DD FORM 1577-2 from the components. The Coast Guard Avionics Tracking (metallic) bar code shall remain attached, unobscured, with the applicable component. Material shall be marked in accordance with ASTMD 3951-98 dated 10 Nov 98. Items must be individually packed in a separate box; suitable for shipment via land, air, or sea. Each package shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of one year. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Bar coding is authorized, however not mandatory. INSPECTION AND ACCEPTANCE Inspection shall be by COC (Certificate of Conformance) and ARSC Receiving Personnel shall perform acceptance of count and condition only. The COC must be attached to the outside of the shipping carton and a copy must be attached to the invoice. Failure to do so will result in a delay in payment. PERFORMANCE PERIOD OF PERFORMANCE The period of performance shall consist of a base period to begin at time of award through three years and two one-year option periods. The total duration of this contract shall not exceed five years. The base period will be from 01 October 2005, or date of award, whichever is later, through 30 September 2008. The option periods will be from 01 October 2008 through 30 September 2009 and 01 October 2009 through 30 September 2010. SHIPPING INSTRUCTIONS Repaired/overhauled/modified components shall be shipped FOB Destination (except when AOG occurs, see paragraph 6.3 or unless otherwise noted on delivery order) to the following address: U.S. COAST GUARD Aircraft Repair & Supply Center Receiving Section, Building 63 Elizabeth City, NC 27909-5001 MARK FOR:(contract number to be provided at time of award) DELIVERY ORDER NO. (assigned upon issuance) ITEM NO. (assigned upon issuance) DELIVERIES DELIVERY SCHEDULE The Government desired delivery no later than 30 calendar days after receipt of material (ARM) at contractor?s repair facility and is required no later than 60 calendar days after receipt of the material. The contractor may propose an earlier delivery. The contractor?s proposed earlier delivery schedule will then be the required delivery schedule for the contract. EARLY DELIVERIES The contractor is requested to ship items completed prior to the required delivery date, if no additional charges occur to the government. URGENT REQUIREMENTS Aircraft on the Ground (AOG) status necessitates a special schedule. Delivery shall be no longer than seven (7) calendar days from contractor?s receiving dock to contractor?s shipping dock. Material shall be shipped by the fastest traceable means (i.e. Federal Express ?next day delivery?). The shipping container shall be marked on the outside in a highly visible method ?AOG.?. The contractor will be allowed an ?Expediting? surcharge, which shall not be included in the firm-fixed repair price. The AOG clause is estimated to be used twice a year. MATERIAL TRACKING SYSTEM REQUIREMENTS The contractor shall maintain a legible component tracking form for each item repaired/overhauled/modified. The tracking form shall show the component's part number, nomenclature, serial number and specific rework performed including man-hours and materials. Replaced electronic components shall be identified by the electronic schematic component designation. In addition the contractor shall review all manufacturer's service bulletins, service information letters and equipment revisions for applicability against the reworked item's part number. The contractor shall indicate on the tracking form those, which are applicable, and whether or not they have been installed on the serial number item being reworked. The specific form (i.e., contractor's existing form) to be used shall be submitted with the contractor's proposal, at which time the Contracting Officer will review it for the required information and acceptability. Within five calendar days after rework completion three legible copies of the tracking form are to be distributed as follows A. 1 copy shall be attached to the original invoice B. 1 copy shall be placed inside of the shipping container with the reworked component C. 1 copy shall be mailed to the following address Commanding Officer U. S. Coast Guard Aircraft Repair and Supply Center ATTN: Code 3200 (Tracking Data Entry) Elizabeth City, NC 27909-5001 D. 1 copy shall be mailed to Commanding Officer USCG Aircraft Repair & Supply Center Attn: Judy Jones, HU25 PLD, Bldg 79 Elizabeth City, NC 27909-5001 GOVERNMENT PROPERTY Failure of the Government to furnish any of the line items in the amounts or quantities described in the scheduled of supplies/services as ?estimated? or ?maximum? will not entitle the contractor to any equitable adjustment in price. The Government reserves the right to do depot level repair of the components found in the Schedule of Supplies/Services. In accordance with FAR 45.505-2(b)(2), the value of government property to be shipped under this contract is (1) P/N 40453-03 $404,777.00 (2) P/N 40582-08, $146,000.00 (3) P/N 40581-02, $19,000.00 (4) P/N 40980-09, $150,000.00 (5) P/N 40995-03, $20,000.00 The Government property at Wescam under Contract DTCG38-03-P-100496 for use in repair of the above items is to be transferred to this contract for visibility. The following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulations (HSAR) provisions and clauses apply: 52.212-1 Instructions to Offerors ? Commercial Items (JAN 2005) 52.212-2 Evaluation ? Commercial Items (Jan 1999). Award will be made utilizing the following factors: price, delivery, and past performance. 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2005) Vendor shall include a completed copy of this provision with his quote as follows: (1) Only complete paragraph (j) of this provision inclusive of information required by Alt I if the annual representations and certifications electronically have been completed at http://orca.bpn.gov; or (2) Complete only paragraphs (b) through (i) inclusive of information required by Alt I if the annual representations and certifications have not been completed electronically at the ORCA website. 52.212-4 Contract Terms and Conditions?Commercial Items (Oct 2003) ADDENDUM FEDERAL ACQUISITION REGULATION (48CFR) CHAPTER 1) CLAUSES 52.204-4 Printed or Copied Double-sided on Recycled Paper (Aug 2000) 52.215.20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) Alternate IV (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. 52.216-18 Ordering (Oct 1995) (a) date of award through 5 years thereafter 52.216-19 Order Limitations (Oct 1995) (a) 0 each (b)(1), 7 each (b)(2), 11 each (b)(3), 30 calendar days (d) 15 calendar days 52.216-21 Requirements (Oct 1995) 30 Nov 2010 52.217-5 Evaluations of Options (July 1990) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.245-1 Property Records (Apr 1984) 52.245-2 Government Property (Fixed-Price Contracts)(May 2004) 52.246-2 Inspection of Supplies ? Fixed Price (Aug 1996); 52.246-4 Inspection of Services ? Fixed Price (Aug 1996); 52.246-15 Certificate of Conformance (Apr 1984), and the Coast Guard?s required Airworthiness Certification Requirements. 52.247-34 F.O.B. Destination (Nov 1991) 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 the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil. HOMELAND SECURITY ACQUISITION REGULATION (HSAR) (48CFR CHAPTER 30) CLAUSES 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003) (a) Prohibitions. Section 835 of Public Law 107-296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. (b) Definitions. As used in this clause: "Expanded Affiliated Group" means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting 'more than 50 percent? for 'at least 80 percent' each place it appears. "Foreign Incorporated Entity" means any entity which is, or but for subsection (b) of Section 835 of the Homeland Security Act, Public Law 107-296, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. "Inverted Domestic Corporation." A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions) (1) The entity completes after November 25, 2002, the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. ?Person", "domestic", and "foreign" have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701 (a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection b)(1) of Section 835 of the Homeland Security Act, Public Law 107-296. (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is after the date of enactment of this Act and which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule For Related Partnerships. For purposes of applying Section 835(b) of Public Law 107-296 to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. By signing and submitting its offer, an offeror under this solicitation represents that it not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of Section 835 of the Homeland Security Act, Public Law 107- 296 of November 25, 2002. (g) If a waiver has been granted, a copy of the approved waiver shall be attached to the bid or proposal. (End of clause) 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (Dec 2003) 3052.245-70 Government Property Reports (Dec 2003) 3052.247-72 F.O.B. Destination Only (Dec 2003) (End of Clause) 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders ? Commercial Items (Jan 2005) 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995) (41.U.S.C. 253g and 10 U.S.C. 2402) 52.232-34 Payment by Electronic Funds Transfer ? Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332) End of Clause 52.211-15 Defense Priority and Allocation Requirements (Sep 1990) Closing date and time for receipt of offers is 11 March 2005, 4:30 p.m., Eastern Time. PRICES MUST REMAIN EFFECTIVE FOR 90 DAYS AFTER CLOSING OF SOLICITATION. QUOTES MUST CONTAIN PRICES FOR EACH YEAR OF THE BASE AND OPTION PERIODS IN ORDER TO BE CONSIDERED FOR AWARD. Interested parties may submit a firm fixed-price quotation, which shall include the submittals contained in the Statement of Objectives for repair of the above-specified HU25 hydraulic components. Facsimile offers are acceptable and may be forwarded to Ms. Vergie L. Hall at 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I. Anticipated effective date of award is 01 October 2005. 18. N/A!! 19. N/A!! See Numbered Note 22. The remainder of this combined synopsis/solicitation is under HSCG38-05-Q-101001 CONTINUED)
- Place of Performance
- Address: 649 North Service Road, West, Burlington, Ontario, Canada
- Zip Code: L7P5B9
- Country: Canada
- Zip Code: L7P5B9
- Record
- SN00747142-W 20050210/050208211530 (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 |