Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

16 -- USCG C130 MAIN FUEL CONTROL OVERHAUL

Notice Date
8/20/2010
 
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-300061
 
Archive Date
9/22/2010
 
Point of Contact
William D. Creef, Phone: 2523356640, Debra D Mitchell, Phone: 2523356895
 
E-Mail Address
william.d.creef@uscg.mil, debra.d.mitchell@uscg.mil
(william.d.creef@uscg.mil, debra.d.mitchell@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the procurement of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This requirement will be satisfied using commercial acquisition procedures specified in FAR Parts 12 and 13. This announcement constitutes the only solicitation; firm-fixed-price proposals for overhaul of the following items are being requested and a written solicitation will not be issued. Solicitation number HSCG38-10-Q-300061 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Quotation (RFQ). When soliciting quotes or offers, round-off prices to the nearest U.S. dollar value. The procurement is being issued as a total small business set-aside. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-44. The North American Industry Classification System Code is 336413 and the size standard is 1000 employees. Overhaul services are required for the following: Fuel Control, Main, NIIN 01-113-8557, Part Number 440970-2, quantity of 10 each, to be overhauled in accordance with Air Force Technical Order 6J3-4-24-13. The Coast Guard does not maintain nor release Air Force Technical Orders. The contractor must have access to all applicable technical orders and is responsible for obtaining the technical orders. Contract award for this requirement will not be delayed pending contractor registration or awaiting delivery of the overhaul directive. This material has been identified as "FLIGHT CRITICAL" and a Certificate of Airworthiness is required. Components specified for rework/overhaul are serial number tracked by the Coast Guard's Aviation Computerized Maintenance System, (ACMS). The contractor shall maintain a legible component tracking form for each item reworked or overhauled. A copy of the tracking form shall be provided by request or upon award of the requirement. Overhaul pricing shall include all replacement parts. All replacement parts shall be new, OEM approved parts. The United States Coast Guard will not provide Government Furnished Material for this requirement. Drawings or specifications are not available and cannot be furnished by the government. As a minimum, the offeror (that is, the prime contractor) must possess a current FAA certification or an OEM certification to perform overhaul and service on the items listed above and must provide proof of these certifications with its proposal/quote. Evidence of other certifications, such as a DOD Certification, may be submitted to the Contracting Officer for review and approval on a case by case basis. Subcontracting, as it pertains to repair or overhaul of the specified components, is limited to concerns in full possession of the required certifications and must be identified with the offer. Offerors must possess a current FAA certification or an OEM certification to perform overhaul and service on the items listed above and must provide proof of these certifications with the proposal; or other certifications; (such as DOD Certification), to be submitted to the Contracting Officer for review and approval on a case by case basis. Offerors are required to propose firm-fixed price for scrapping reparables which are determined "Beyond Economical Repair". Firm-fixed prices do not include components received that indicate obvious misuse, cannibalization, or severe damage due to mishandling or crash damage. Components received in the above listed conditions will be handled on a case by case basis, after notification to the Contracting Officer of such condition. Within fifteen days of the determination, the Contractor shall submit a condition report for Unusually Damaged Items listing parts and labor required to accomplish the "over and above work". The contractor shall be entitled to the firm-fixed-price specified in the contract for overhaul and any amounts proposed for "over and aboves" will be negotiated separately. High cost replacement parts and/or the presence of corrosion that does not exceed the tolerances stated in the overhaul directive will NOT be considered as reasons for "over and above" proposals and will not necessitate re-negotiation of the overhaul prices. Nonreworkable items replaced during overhaul shall be disposed of as scrap, which means to render those items unusable for their intended purpose. Should any of the reparables be determined "Beyond Economical Repair", the contractor shall immediately notify the Contracting Officer and await disposition instructions. The Contractor will be entitled to the flat scrap rate charge specified in the award document. Offerors' proposals are to include a delivery schedule. Delivery is required no later than 45 days after receipt of material. Accordingly, the contractor will be required to notify the Contracting Officer upon receipt of the reparables. Earlier deliveries are acceptable and desired at no additional cost to the Coast Guard. Contractor is to provide FAA Certifications or DOD certifications with their proposal. The USCG, ALC engineering department will make a determination on the acceptability of the DOD certification. Inspection shall be performed through Document Certifications and Acceptance shall be performed at destination by USCG, Quality Assurance personnel. Items shipped shall be shipped to: USCG Aviation Logistics Center, Attn: Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Fob point shall be destination. Copies of packing slips shall be affixed to the outside of the shipping container. Packaging of the items for return shipment shall be in accordance with the Contractor's best commercial practices with the following exceptions: 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. Only Bar Coding of the NSN is necessary. The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Each unit shall be packaged to protect against electrostatic damage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of one year, but no preservation coating will be applied directly to the component. Packaging material shall NOT consist of the following material: popcorn, shredded paper, styrofoam of any type, or peanut style packaging. The contractor shall review all manufacturers' service bulletins, service information letters and equipment revisions for applicability against the reworked item's part number. The award will be made based on record of past performance, technical acceptability and price, access to manuals, and evidence of current certificates. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009)-Offeror shall include a completed copy of this provision with their 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 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) is tailored as follows: FAR 52.211-15, Defense Priority and Allocation Requirement (Apr 2008); FAR 52.214-34, Submission of Offers in English Language (Apr 1991); FAR 52.214-35, Submission of Offers in U. S. Currency (Apr 1991); FAR 52.243-1, Changes Fixed Price (Aug 1987) Alternate I (Apr 1984); FAR 52.245-1 Government Property (June 2007); FAR 52.247-34, FOB Destination (Nov 1991); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2009); (b) (8), (18), (19), (20), (21), (22), (24), (31), (34), and (39). FAR 52.233-3, Protest After Award (Aug 1996). Point of contact is William Creef at (252) 335-6640, and Debra Mitchell at (252) 335-6291. Closing date/time for submission of quotations is 07 September, 2010, 3:00 P.M. Eastern time. Submissions may be faxed to (252) 335-6452 or emailed to either William.D.Creef@uscg.mil or Debra.D.Mitchell@uscg.mil. Submit to USCG C-130H, Aviation Logistics Center, DRS C-130H Heavy Maintenance Hanger, 1060 Consolidated Road, Elizabeth City, NC 27909. All responsible sources may submit an offer, which will be considered. Vendors must have a valid Cage Code and DUNS number and be registered in CCR. Offers may be submitted on company letterhead stationary and must include the following information: Solicitation number, the National Stock Number, Nomenclature, Part Number, Unit Price, and Payment terms. (End of provision) NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) 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 Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-Q-300061/listing.html)
 
Record
SN02249724-W 20100822/100821000007-eb7031e5cbafc15b14b4ca24dab81d96 (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.