Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2011 FBO #3403
SOLICITATION NOTICE

16 -- Repair Flange Couplings for HH60 Helicopter

Notice Date
3/18/2011
 
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
HSCG38-11-Q-S00060
 
Archive Date
5/31/2011
 
Point of Contact
Geneva K. James, Phone: 2523345094
 
E-Mail Address
geneva.k.james@uscg.mil
(geneva.k.james@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 Firm Fixed Price Purchase Order using the procedures of FAR Part 12 and Part 13. This Request for Quote HSCG38-11-Q-S00060 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-49. This announcement constitutes the only solicitation; firm-fixed-price quotes for the repair of the following item(s) are being requested and a written solicitation will not be issued. The North American Industry Classification System Code is 336413 and the size standard is 1,000 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 Sikorsky Aircraft Corporation (Cage Code 78286) as the only known source of supply. All responsible sources may submit offers which shall be considered by the agency. Schedule of Supplies/Services Description 1. Flange/Coupling Qty 4 Each P/N: 70351-08255-102 NSN: 1615-01-527-0355 Required Delivery: 120 days ARO and induction STATEMENT OF WORK (SOW) 1. This SOW provides for the following to like new condition of the Flange/Coupling (NSN 1615-01-527-0355, P/N 70351-08255-102) for the Coast Guards Aviation Logistics Center (ALC), MH-60 fleet. The flange/couplings identified in the Description of Items or Services will be furnished to the contractor at the prices established at award for overhaul. The information contained in the scope of work is not intended to be all inclusive or to detract from procedures outlined in the original equipment manufacturer (OEM) specification except where noted herein. All repair actions shall be in accordance with the OEM commercial repair manuals and Federal Aviation Regulation Parts 43 and 145 or alternate standard approved in writing by the U.S. Coast Guard (USCG) Medium Response Recovery (MRR) Engineering Branch. Components furnished hereunder shall be returned by the contractor in an airworthy condition and in all respects suitable for installation in USCG aircraft. Certification and documentation requirements apply. 2. The contractor shall provide all necessary parts, material, labor, tooling repair manuals, test equipment and facilities to evaluate and overhaul the flange/couplings for the Coast Guard fleet of MH-60 helicopters, as necessary to conform to the requirements of this SOW at the firm-fixed pricing established in the contract schedule. The contractor shall provide the data and documentation requirements specified as part of this SOW. 3. The work shall be in accordance with the OEM specifications except where noted herein. The contractor must have access to all needed maintenance, repair manuals and performance/test/acceptance criteria and data to ensure that equipment is overhauled/modified, calibrated and operating in accordance with the OEM's specifications. 4. The contractor shall also perform a visual and technical inspection in accordance with the current applicable Component Maintenance Manual and correct all additional deficiencies found. This shall include replacement of broken parts and the removal of any foreign matter or corrosion. 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. Corrosion removal and treatment of affected areas will be accomplished in accordance with the OEM specifications (or best commercial practices if not addressed by the OEM). 5. The flange/couplings are flight critical. Serial numbers for these items are entered into the Coast Guard's Aviation Computerized Maintenance System (ACMS) for tracking upon receipt at ALC. Upon receipt of the flange/couplings, the contractor shall notify the Contracting Officer, MRR Supply Cell, in writing of the date of receipt, and shall confirm the serial number(s) of the item(s) received and the applicable task order number. Notification by facsimile or email is acceptable: submit to (252) 335-6790, ATTN: Contracting Officer MRR Supply Cell. The email address will be provided by the Contracting Officer. 6. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Corrosion is expected on equipment to be overhauled or modified under this contract. During inspection and functional test, the presence of corrosion on a flange/coupling or component thereof shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made only to the extent necessary to remove corrosion or replace the part(s) affected. Corroded parts shall be replaced except in those cases where removal of corrosion from a part will not impair efficiency or safe operation of the part. Corrosion removal and treatment of affected areas shall be accomplished in accordance with the OEM's current specifications and drawings. 7. Replacement Parts. Parts found to be defective shall be replaced as specified in the OEM's current procedures or as otherwise authorized in writing by the U.S. Coast Guard, Aviation Logistics Center, MRR Engineering Division. In all cases, replacement parts shall be new. The Coast Guard requires Parts Integrity on all items awarded under this contract. The Coast Guard utilizes serial number tracking systems for safety of flight items; and places a high priority on parts integrity within those components. As a result, any part that is determined to be in serviceable condition, every effort shall be made to reuse that part from the component from which it was removed. Contractor is advised that in order to expedite deliveries, parts may be transferred to/from other USCG components but serial number integrity documentation is required under this contract. The contractor shall ensure that reused serviceable parts' serial numbers are documented as installed on the repaired component. 8. A DD Form 1577-2, Unserviceable Tag-Material, or CG-1577-A (11-90), Unsatisfactory Report Tag, will be attached to each Not Ready for Issue (NRFI) component describing faults. The flange/couplings shall be overhauled or repaired to correct the specific fault(s) identified. 9. The ACMS is a computerized system used to record maintenance of aircraft components and assemblies. The contractor's responsibilities with ACMS consist of submission of required forms as outlined herein. All flange/couplings are serial number tracked and shipped to the contractor's facility with a Significant Component History Record (SCHR) and a component repair report (CRR). The contractor shall verify the SCHR and CRR and ensure they correspond to the flange/coupling part number and serial number. All discrepancies shall be reported to the Contracting Officer prior to performance of work. The contractor shall complete the CRR. The original copy of CRR shall be mailed to Engineering Services Division, ACMS Tracking, Bldg 78, Aviation Logistics Center, Elizabeth City, NC 27909-5001 and a copy shall be shipped with the overhauled/repaired assembly. The contractor shall maintain a copy of each complete CRR for a period of ninety (90) days. 10. The Coast Guard requires delivery of repaired items no later than one hundred and twenty (120) calendar days after receipt of the material at the contractor's overhaul facility. 11. At the time of delivery for supplies under this contract, the contractor shall prepare and furnish to the Coast Guard a properly completed DD Form 250 Material Inspection and Receiving Report or Commercial Bill of Lading. The packaging slip shall include the following information: (1) National Stock Number, (2) Part Number, (3) Nomenclature, (4) Serial Number, (5) Contract Number, (6) Task/Delivery Order Number, (7) Line Item Number, and (8) Quantity. One copy of the packaging slip shall be submitted with the shipment and shall be attached to the outside of the shipping container. 12. Inspection and acceptance shall be performed by the Defense Contract Management Agency representative at the contractor's facility. Inspection and Acceptance shall be in accordance with 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009). In addition, Inspection and Acceptance may be performed at destination by ALC's Quality Assurance representative in accordance with ALCINST 4855.4, Policy and Quality Assurance Procedures for the Receipt Inspection of New, Repaired and Overhauled Items from Vendors dated Aug 15, 2008. 13. ALC considers components ready for issue upon acceptance. Components determined to be NRFI upon installation may be returned to the contractor with deficiencies described in a Quality Deficiency Report. The USCG does not own specifications, plans, and 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. Offers shall be able to provide necessary certifications including traceability to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. APPLICABLE CLAUSES 1. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) applies to this requirement. The contractor is required to identify the labor categories applicable to the work identified by this SOW. The applicable wage determination will be provided as part of any resulting order. It is presumed that pricing submitted in response to this SOW considers the wage rates for the contractor's specific location. The wage determination can be downloaded at http://www.wdol.gov. 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:_______________________________________________________________________" 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 these addresses: www.deskbook.Osd.mil or www.arnet.gov/far. 52.204-7 Central Contractor Registration (Apr 2008) 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 2010) (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) 52.222-50 Combating Trafficking in Persons (Feb 2009) 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 (Oct 2010) 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 (Jun 2010) 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. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (January 2011) 1 (17) 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 (Jul 2010) (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 (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). 1 (1) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). PACKAGING INSTRUCTIONS 1. USCG Aviation Logistics Center is a supply depot; therefore, material will be stored and transshipped to various users. The container shall be packed and labeled suitable for shipment via land, air or sea. 2. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. 3. Each part shall be individually packed in a separate envelope, box, carton or crate. 4. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Purchase Order Line Item Number. 5. Packing List and Certification/Documentation shall be placed on the outside of individual containers. 6. 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 of one year. The closing date for receipt of quotes is March 25, 2011 at 10:00 am EDT. Anticipated award date is no later than May 2, 2011. 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 Geneva James, phone 252-334-5094, and email: Geneva.K.James@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-S00060/listing.html)
 
Place of Performance
Address: USCG, Aviation Logistics Center, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02404926-W 20110320/110318234954-7d174903f2e2ac4a6a83190c53cf127a (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.