Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

17 -- Various HU65 Support Equipment

Notice Date
7/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-07-R-500022
 
Response Due
8/3/2007
 
Point of Contact
Denise Hall, EISD Contract Specialist, Phone 252-334-5323, Fax 252-335-6849, - Wade Johnson, HH65 Contracting Officer, Phone 252-335-6438, Fax 252-334-5240,
 
E-Mail Address
Denise.P.Hall@uscg.mil, Wade.Johnson@uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This Request for Proposal HSCG38-07-R-500022 incorporates provisions and clauses in effect through FAC 2005-18. This is an unrestricted procurement. The applicable North American Industry Classification Standard is 336413 and the Small Business Size Standard is 1,000 employees. The U.S. Coast Guard (USCG) intends to award a Firm Fixed Price Contract using the procedures of FAR Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 13.5 Test Program For Certain Commercial Items. The USCG intends to negotiate on a limited source basis with American Eurocopter, LLC, 2701 Forum Dr., Grand Prairie, TX 75052 (Cage Code 3GSZ1), or a responsible contractor who can provide a Certificate of Conformance with traceability to the Original Equipment Manufacturer (OEM) for the purchase of the items listed below. The OEM is Eurocopter S.A.S., Aeroport International, De Marseille-Province, 13725 Marignane Cedex, France (Cage Code F0210). To meet the requirements of FAR 11.105 and 5.102(a)(6), the Justification/documentation for purchase of items peculiar to one manufacturer will be made available via a solicitation amendment. The contractor shall furnish a Certificate of Conformance in accordance with FAR Clause 52.246-15 and in the format specified in the clause. Traceability means that the awardee must be able to provide a clear, documented, auditable paper trail for ownership and transfer of each part from the OEM to the final vendor. All material must be new. Reconditioned/Used Material is not acceptable. The USCG does not own, nor can it provide, specifications, plans, drawings or other technical data. All resoponsible sources may submit an offer which shall be considered by the agency. The requirement consists of various support equipment/tools for the USCG HH-65 aircraft maintenance support. There are fifty-eight (58) Contract Line Items (CLIN) listed as follows with CLIN, Description, Part Number (P/N), National Stock Number (NSN), Quantity, and Unit of Issue. CLIN DESCRIPTION P/N NSN Qty/UI 1 Gage Wear, Brake 0U50386 5210-14-390-0030 9 Each 2 Tool Box, Main 0U50395 5180-14-388-3430 2 Each 3 Wrench,MGB Fan Nut 360A93-3220-20- 5120-14-366-5691 2 Each 4 Tool Locating, T.R. 360A93-3403-00 5120-14-378-5605 2 Each 5 Actuator Lever, Rear 360A94-2719-02 3040-14-503-6522 1 Each 6 Blade Folding Assy. 365A92-1175-03 1730-01-HS1-6645 7 Each 7 Tie Down Assy. 365A84-3160-01 1670-14-470-9307 6 Each 8 Sling, Salvage 365A91-0045-00 1730-14-369-1638 1 Each 9 Loading Cradle Assy. 365A91-0060-02 1730-14-435-1977 3 Each 10 Jacking Adapter, Fwd. 365A91-2140-01 1730-14-385-3297 16 Each 11 Sling, Acft. Hoist 365A91-2150-00 3940-14-367-0157 2 Each 12 Eye Bolt Assy. 365A91-2156-00 5340-14-389-5530 1 Each 13 Eye Bolt Assy. 365A91-2156-01 5340-01-HS1-4071 2 Each 14 Base, Starflex Sta. 365A91-3100-01 1730-14-365-9715 3 Each 15 Hoisting Tool 365A91-3105-01 3940-14-391-8101 3 Each 16 Jacking Pad, MLG 365A91-4140-00 1730-14-371-5511 18 Each 17 Pin, Quick Release 365A91-4141-00 5315-14-371-5514 1 Each 18 Jacking Pad, FLG 365A91-4240-00 1730-14-371-5516 9 Each 19 Strip, Resting Exte. 365A91-4246-01 1730-14-392-0023 8 Each 20 Kneel Down Bar, NO 365A91-4250-01 1730-14-386-5353 3 Each 21 MRB Socks Assy. 365A92-1160-01 1730-14-397-0769 7 Each 22 Extension 365A92-1160-12 1560-01-HS1-6403 8 Each 23 Cover, Acft. Group 365A92-2341-02 1730-14-455-4522 7 Each 24 Retraction Tool 365A92-4140-01 1730-14-391-8120 18 Each 25 Puller, Shurlock Nu. 365A93-3242-02 5120-14-424-3788 8 Each 26 Extractor Pin, Gimb 365A93-3245-01 5120-14-487-6019 4 Each 27 Tool 365A93-3251-00 5120-14-522-1367 3 Each 28 Spanner, TGB 1/P 365A93-3341-00 4920-01-HS1-6802 1 Each 29 Wrench, Serv. Cont. 365A93-3347-00 5120-14-391-8133 2 Each 30 Drive Shaft Bearing 365A93-3440-00 5120-14-369-1864 7 Each 31 MLG Pin Extractor 365A93-4146-01 5120-01-HS1-4548 3 Each 32 Swashplate Adj Tool 365A94-2747-00 1560-01-HS1-6357 1 Each 33 Tie Down Assy, Hvy 365A92-0020-01 1730-14-391-8160 6 Each 34 Tie Down Assy. 366A92-0022-00 1730-14-386-5365 6 Each 35 Collar, Locking ML 366A92-4100-01 1730-14-391-8163 18 Each 36 Collar, Locking ML 366A92-4200-01 1730-14-391-8166 9 Each 37 Blank, Intake 366A92-7201-00 1730-14-449-2088 40 Each 38 Blank, Climatization 366A92-7202-00 1730-14-449-2087 17 Each 39 Adapter, OADS 366A93-3102-20 5120-14-391-8169 1 Each 40 Adjustment Kit 366A94-2700-04 5180-14-490-2071 4 Each 41 Pipe, Fuel Drain 366A95-5200-00 4710-14-422-6897 1 Each 42 Pin, Locking 703A91-0008-00 5315-01-HS1-6527 1 Each 43 Cap Blanking Total 703A92-0201-00 1730-14-370-8894 20 Each 44 Stopper, Static Port 703A92-0205-04 1730-14-344-1262 20 Each 45 Puller, Mechanical 703A93-0021-00 5120-14-385-3530 1 Each 46 Sight Unit 703A94-0015-04 4920-01-HS1-7510 1 Each 47 Tool 703A94-1130-01 5120-14-386-1641 3 Each 48 MGB Drain Line 703A95-0531-00 4730-01-HS1-7415 8 Each 49 TGB Drain Line 703A95-0532-00 4730-01-HS1-7414 8 Each 50 Shim OU5039201 5365-01-HS1-6406 1 Each 51 Support Stand 365A91-3055-00 1730-14-370-8857 1 Each 52 Extractor, TGB 1/P 365A93-3342-00 5120-14-385-3361 1 Each 53 Extractor, Seal TGB 365A93-3343-00 5120-14-385-3362 1 Each 54 Extractor, M54 Nut 365A93-3350-00 5120-14-385-3374 1 Each 55 Wrench, Special Nut 365A93-3351-00 5120-14-385-3375 1 Each 56 Wrench, TRH Attach 365A93-3362-20 5120-13-385-3380 1 Each 57 Tool, Rplcment Yoke 365A98-2740-00 5180-14-474-5778 1 Each 58 Wheel Assy, Tail 365A91-0070-00 1730-14-385-3289 3 Each PACKAGING AND MARKING: Packaging, packing and preservation shall be in accordance with ASTM D3951-98 (Re-approved 2004) Standard Practice for Commercial Packaging. Each package shall be individually labeled on the outside with Nomenclature, P/N, NSN, Quantity, Contract Number and CLIN. Labeling data shall be attached to the outside of the shipping container. The contractor must include a Certificate of Conformance (CoC) for the material including the required documentation showing traceability to the OEM. Internal packaging material must be sufficient to prevent damage during shipment, handling and storage. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut packaging. 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. Bar coding is authorized but not required. INSPECTION AND ACCEPTANCE shall be performed at destination by receiving personnel for count, condition, verification of CoC's and OEM traceability documentation. DELIVERY shall be made to the USCG Aircraft Repair and Supply Center (ARSC), Receiving Section Bldg 63, 1664 Weeksville Rd., Elizabeth City, NC 27909. F.o.b. Destination offers are required. The Government requires delivery of all items to be complete within 120 days of contract award. CONTRACT ADMINISTRATION will be performed by the Procuring Office at USCG ARSC Elizabeth City, NC. The following FAR Subpart provisions and clauses are incorporated by reference in accordance with the format prescribed by FAR 12.303: CLAUSES: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) with the following Addenda: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990), FAR 52,211-17 Delivery of Excess Quantities (Sep 1989), FAR 52.216-1 Type of Contract (Apr 1983), FAR 52.232-1 Extras (Apr 1984), FAR 52.233-2 Service of Protest (Aug 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer, USCG Aircraft Repair and Supply Center (ARSC), ESD Procurement, Elizabeth City, NC 27909 (e-mail Wade.Johnson@uscg.mil; fax: (252)334-5240), by obtaining written and dated acknowledgement of receipt from the Contracting Officer, USCG ARSC, ESD Procurement Bldg 78, Elizabeth City NC 27909. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.; FAR 52.242-13 Bankruptcy (Jul 1995), FAR 246-15 Certificate of Conformance (Apr 1984), FAR 52.247-34 F.o.b. Destination (Nov 1991), FAR 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998) and FAR 52.252.-2 Clauses Incorporated By Reference (Feb 1998) Full text may be accessed electronically at internet address www.arnet.gov/far; Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 Prohibition on Contracts With Expatriates (Jun 2006) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html; FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Mar 2007)(a)(b), FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate 1 (Oct 1995)(41 U.S.C. 253g and 10 U.S.C.2402), FAR 52.219-28 Post Award Small Business Program Rerepresentation (Jun 2007) (15 U.S.C. 632(a)(2)), FAR 53.222-3 Convict Labor(June 2003)(E.O. 11755), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006)(E.O.13126),FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (Sept 2006)( 38 U.S.C. 4212), FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O. 13201), FAR 52.225-5 Trade Agreements (Nov 2006)(19 U.S.C. 2501, et seq.,19U.S.C. 3301 note), FAR 52.225-6 FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); PROVISIONS: FAR 52.212-1 Instructions to Offerors-Commercial Items (Spet 2006) with the following addenda: FAR 52.225-6 Trade Agreements Certificate (Jan 2005)(a) The offeror certifies that each end product, except those listed in paragraph (b), is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements."(b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products: Line Item No(s)_____________ Country of Origin_________(List as necessary)(c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to full the requirements of the solicitation.; The Closing Date and Time for receipt of offers is 3 August, 2007 at 3:00pm EDST. ; FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (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. The following factors shall be used to evaluate offers and are listed in the order of importance 1) capability of the item to meet the Government's requirement, 2) Price. The Government reserves the right to award any item or group of items contained in this solicitation. The offeror agrees to hold it prices in its offer firm for 60 calendar days. Offers may be emailed or faxed to Denise Hall, Contract Specialist at Denise.P.Hall@uscg.mil or fax (252)334-5242. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006) Offerors shall include a completed copy of this provision with offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. Notes 12 and 22 apply. NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-A) U.S. Coast Guard Headquarters Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUL-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-SEP-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-07-R-500022/listing.html)
 
Record
SN01406641-F 20070915/070913231220 (fbodaily.com)
 
Source
FedBizOpps 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.