Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

16 -- TT&E Avionics Test Equipment

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-10-Q-S00047
 
Archive Date
7/30/2010
 
Point of Contact
Tamela S. Bunting, Phone: 252-335-6815
 
E-Mail Address
Tamela.S.Bunting@uscg.mil
(Tamela.S.Bunting@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The U.S. Coast Guard (USCG), Aviation Logistics Center (ALC), Medium Range Recovery (MRR) Contracting Branch intends to issue a Purchase Order using the procedures of FAR Parts 12, 13 and 15. This Request for Quote HSCG38-10-Q-S00047 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-40. This announcement constitutes the only solicitation; no formal solicitation will be issued. Quotes for the Test, Teardown and Evaluation (TT&E) of the following item(s) are being requested and a written solicitation will not be issued. TT&E pricing must be submitted in accordance with the Statement of Work. The North American Industry Classification System Code is 336413 and the size standard is 1000 employees. This is an unrestricted procurement. In accordance with FAR 6.302-1(a)(2), the U.S. Coast Guard Aviation Logistics Center (ALC) plans to award one (1) purchase order and negotiate only with Northrop Grumman Guidance (Cage Code 5D172) as the only known source of supply. However, all responsible sources may submit offers which shall be considered by the agency. Schedule of Supplies/Services Description 1. Avionics Test Equipment Teardown, Test and Evaluate Qty 1 Each NTE P/N: 891200-503 Required Delivery: 60 days ARO 2. Technician Travel ALC Contracted onsite NG Avionics Technical Representative's Travel to/from NG Plant for Engineering Investigation Assistance for CLIN 1 To be reimbursed in accordance with FAR 31.205-46 Qty 1 Each NTE STATEMENT OF WORK (SOW) Statement of Work (TT&E and Repair) 1. Government Test Equipment will be provided in quantities as specified for Teardown, Test and Evaluation (TT&E)/Engineering Evaluation services in accordance with the prices specified by the schedule. The Contractor shall perform a visual and technical inspection in accordance with all current applicable Original Equipment Manufacturer (OEM) Component Maintenance Manuals (CMM). A DD Form 1577-2, Unserviceable (Repairable) Tag-Material will be attached to each Not Ready-for-Issue (NRFI) component furnished for TT&E, which describes noted faults/discrepancies. Upon receipt and visual inspection, the NRFI tag will be removed from the component. 2. Upon completion of TT&E, the contractor shall provide a condition report of each component which includes a priced breakdown of labor hours and direct materials required to return the equipment to a usable condition. The condition report will not include pricing previously obligated for TT&E. Subject to USCG evaluation, and negotiations, a modification will be issued to grant authorization to proceed with repairs and reflect the fixed price for repair and establish a final delivery date. 3. Repair. Equipment furnished hereunder and approved for repair shall be returned to the Government in an RFI condition and in all respects suitable for use in the testing of ASN-150 components. Component shall be repaired in accordance with all current applicable OEM Component Maintenance Manuals. Repair shall include the replacement of broken parts and the removal of any foreign matter or debris. Corroded parts shall be replaced, except in those cases where removal of corrosion from a part will not impair the efficiency or safe operation of the part, unless otherwise directed by the technical directives specified. Corrosion removal and treatment of affected areas shall be accomplished in accordance with the Component Maintenance Manuals. Replacement parts found to be defective shall be replaced as specified in the OEM manuals or as otherwise authorized in writing by the Contracting Officer. Replacement parts shall be factory new. Equipment shall be repaired to correct all faults and be fully operational. 4. ALC considers components Ready for Use upon acceptance. If the returned equipment is found unusable due to faulty repair upon initial use of test equipment. The equipment will be returned to the contractor for a warranty evaluation with deficiencies described in a Quality Deficiency Report (QDR). 5. The contractor shall submit with each shipment a properly completed packing slip as indicated below: _______ DD Form 250, Material Inspection and Receiving Report (MIRR) ___X____ Contractor Formatted Commercial Packing Slip 5.1. All packing slips, airworthiness tags, Certificates of Conformance and component work orders shall be submitted as follows: One (1) copy of each document packaged with the component; One (1) copy of each document affixed to the exterior of the shipping crate; Failure to submit the documentation specified herein will result in delay or rejection of the contractor's invoices. 6. Packaging Instructions. 6.1. USCG Aviation Logistics Center (ALC) is a supply depot; therefore, material is stored and transshipped to various users. The shipping container shall be packed and labeled suitable for shipment via land, sea or air. 6.2. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam or any type or peanut-style packaging. 6.3. Each component shall be individually packed in a separate box, carton or crate. 6.4. Each individual container shall be labeled on the inside with the Part Number, Serial Number, Quantity, Nomenclature, Order Number, and Line Item Number. 6.5. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period to exceed one year. The USCG does not own specifications, plans, tooling or drawings and no other technical data will be included in this solicitation. All responsible sources may submit an offer for quantities listed or quantity price breaks which shall be considered by the agency. 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, Quantity, Purchase Order Number, and Line Item Number. The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Delivery shall be to Commanding Officer, Aviation Logistics Center, Elizabeth City, NC 27909. INSPECTION and ACCEPTANCE shall be performed by Receiving. Copies of packing slips shall be affixed to the outside of the shipping container. Each item or unit must be individually packed in a separate box, carton, or crate. Each individual container shall be labeled on the outside with NSN, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Line Item. Bar coding is authorized but not required. Offers shall be able to provide necessary certifications including traceability to the OEM to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) is tailored as follows: The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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 solicitation provision may be accessed electronically at this address: www.arnet.gov/far. 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program (APR 2008); DO-A1 (rating). 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 sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition if requested. 52-247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (Apr 1984). FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) will not be used. The following will be used to evaluate quotes. The Coast Guard will evaluate quotations and make an offer resulting from this solicitation to the responsible vendor whose quote conforms to the solicitation and is determined to be most advantageous to the Government based on the ability to meet basic requirements, delivery, price and consideration of past performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) An offeror shall complete only paragraph (b) of this 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 (c) through (m) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) is tailored as follows: Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items. 52.252-2 Clauses Incorporated by Reference (FEB 1998). This solicitation 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 http://acquisition.gov/far/index.html. FAR 52.211-15 Defense Priority and Allocation Requirement (Apr 2008); DO-A1 (rating) FAR 52.246-15 Certificate of Conformance; (Apr 1984); CERTIFICATION AND DOCUMENTATION REQUIREMENTS. 1. The contractor shall provide documentation to verify that they have OEM AND FAA approval OR USCG approval to service the component. 2. The contractor shall provide an airworthiness certificate (FAA Form 8130-3 or alternate approved by ALC Engineering) for each component. The certificate must be signed and dated by an authorized representative of the approved repair station. 3. A Certificate of Conformance in accordance with Federal Acquisition Regulation 52.246-15 shall be provided for each component. FAR 52.246-15 Certificate of Conformance (APR 1984) (a) When authorized in writing by the cognizant Contract Administration Office (CAO), the Contractor shall ship with a Certificate of Conformance any supplies for which the contract would otherwise require inspection at source. In no case shall the Government's right to inspect supplies under the inspection provisions of this contract be prejudiced. Shipments of such supplies will not be made under this contract until use of the Certificate of Conformance has been authorized in writing by the CAO, or inspection and acceptance have occurred. (b) The Contractor's signed certificate shall be attached to or included on the top copy of the inspection or receiving report that is distributed to the payment office. It may also be attached to the CAO copy when contract administration (Block 10 of the DD Form 250) is performed by the Defense Contract Management Agency. In addition, a copy of the certificate shall also be attached to or entered on copies of the inspection or receiving report accompanying the shipment. (c) The Government has the right to reject defective supplies or services within a reasonable time after delivery by written notification to the Contractor. The Contractor shall in such event promptly replace, correct, or repair the rejected supplies or services at the Contractor's expense. (d) The certificate shall read as follows: "I certify that on ________________ [insert date], the _________________________ [insert Contractor's name] furnished the supplies or services called for by Contract No. ___________________________ via ________________________[Carrier] on __________________________ [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification [part number], and are in the quantity shown on this or on the attached acceptance document. Date of Execution: __________________________________________________________ Signature:___________________________________________________________________ Title:_______________________________________________________________________" 4. A copy of the contractor's work order, listing all replacement parts in part number order, shall be provided for each component. 5. The contractor shall maintain a copy of replacement part certification documentation for inspection by the Government for a minimum of 24 months after delivery. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (April 2010) [Contracting Officer shall check as appropriate.] 1 (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C 632(a)(2)). The following paragraph of this clause may require completion: (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following representation and submit it to the contracting office, along with the contract number and the date on which the representation was completed: The Contractor represents that it __ is, __ is not a small business concern under NAICS Code __________________assigned to contract number ______________________. [Contractor to sign and date and insert authorized signer's name and title]. 1 (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 1 (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 1 (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 1 (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 1 (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 1 (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 1 (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 1 (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The closing date for receipt of quotes is June 28, 2010 at 10:00 am EDT. Anticipated award date is no later than July 23, 2010. Quotes are to remain effective for 60 days after close of solicitation. Offers may be submitted on company letterhead stationery and must include the following information: Solicitation Number, Nomenclature, Part Number, FOB point, Unit Price, Extended Price, Payment Terms and 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 1. Facsimile quotes are acceptable and may be forwarded via fax number 252-335-6790. Point of contact is Tammy Bunting, phone 252-335-6815, and email: Tamela.S.Bunting@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-Q-S00047/listing.html)
 
Place of Performance
Address: USCG, ALC, 1664 Weeksville Rd, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02185967-W 20100625/100623235042-399e6f4dc25d47913a975078db249bad (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.