Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

16 -- HH65 SPARES - SYN/SOL/SCH - PARTS LIST/EXCEL

Notice Date
9/14/2011
 
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-200153
 
Point of Contact
Tony Twiddy, Phone: 252-335-6494, Gail F Payne, Phone: 252-335-6821
 
E-Mail Address
Tony.R.Twiddy@uscg.mil, gail.f.payne@uscg.mil
(Tony.R.Twiddy@uscg.mil, gail.f.payne@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Estimated Quantity/Parts List SYN/SOL/SCH Federal Business Opportunities 1. Action Code: K 2. Send to FBO: Yes 3. Date: 09/14/2011 4. Classification Code: 16-AIRCRAFT COMPONENTS & ACCESSORIES 5. Contracting Office Address: SRR Contracting 6. Title: SPARE PARTS FOR THE HH65 AIRCRAFT 7. Response Date: 10/18/2011 8. Primary Point of Contact: Tony Twiddy 9. Secondary Point of Contact: Gail Payne 10. Solicitation Number: HSCG38-11-Q-200153 11. Reference Number: N/A 12. Description: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-11-Q-200153 is issued as a Request for Quote (RFQ). This solicitation documented and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted solicitation. Anticipated contract award date is November 10, 2011 however, this is an estimate and not exact. This requirement is for spare parts for the HH65 USCG Aircraft. The estimated quantity/parts list is attached in Excel. Vendors must submit their quote electronically using the attached Excel format. Failure to use the Excel format to submit a quote may result in the vendor's quote not being considered for an award. Award will be made to the offeror(s) proposing the lowest price technically acceptable to the Government. An indefinite delivery Requirements contract is anticipated that will include a base year plus two one year option periods for a total period of performance of three years. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. Best Value to the Government is always the goal, but without jeopardizing quality or safety of flight. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Newly manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred), a certificate of conformance and traceability to the Original Equipment Manufacturer (OEM). The Federal Aviation Regulation, Part 21, outlines certification procedures. Alternate Parts will be authorized if they are an approved alternate under the North Atlantic Treaty Organization (NATO) catalog system, which improves interoperability between NATO and commercial cataloging systems. Alternate parts must satisfy all form, fit, and function requirements of the original parts and conform to the approved configuration of the United States Coast Guard HH-65 aircraft. The contractor shall furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. Certificate of Conformance must be submitted in the format specified in the clause. All replacement parts shall be NEW approved parts. There are multiple Original Equipment Manufacturers (OEM) associated with the parts contained within this solicitation. Offerors must be able to provide necessary certification including traceability to a manufacturer, manufacturer's COC, FAA 8130, and its own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on U.S. Coast Guard aircraft. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor. Traceability means a clear, complete, documented, auditable paper trail which traces each step from an OEM or distributor to its current location. Drawings or specifications are not available, and cannot be furnished by the Government. The following FAR provisions/clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) with the following included by Addendum: 52.211-14 Notice of Priority Rating for National Defense Use, Emergency Preparedness, and Energy use Program (APR 2008) (Rating: DO) Evaluation - Commercial Items Quotes will be evaluated and contract issued to the lowest priced technically acceptable quote. Technically Acceptable: Quotes must be for new manufactured commercial items from sources able to provide a certificate of airworthiness, FAA 8130 (preferred), a certificate of conformance and traceability to the Original Equipment Manufacturer (OEM). The Federal Aviation Regulation, Part 21, outlines certification procedures. 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2011) ALT 1 (APR 2011) 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 (o) of this provision. Cost or Pricing Data It is DHS policy that pricing for competitive negotiations should be based on adequate price competition. However, in the event only one responsible offeror is obtained as a result of this solicitation, that offeror may be required to submit either Certified Cost or Pricing Data (FAR 15.403-4) or Data Other Than Certified Cost or Pricing Data (FAR 15.403-3) to support price negotiations. 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) with the following included by Addendum: 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://arnet.gov/far/ 52.203-3 Gratuities (APR 1984) 52.203-12 Limitation of Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011) 52.209-6 Protecting the Government's Interest when Subcontracting (DEC 2010) With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (AUG 2011) (b)(1), (4), (6), (9), (13-14), (16), (21), (24-31) (36-37), (40), (45), (49), and (d) 52.223-6 Drug Free Workplace (MAY 2001) 52.233-2 Service of Protest (SEP 2006) 52.242-13 Bankruptcy (JUL 1995) 52.246-15 Certificate of Conformance (APR 1984) 52.247-34 F.O.B. Destination (NOV 1991) ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERICAL ITEMS (Additional clauses/provisions in full text) 52.209-7 Information Regarding Responsibility Matters. INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). (End of provision) FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (JAN 2011) (a)(1) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the Central Contractor Registration database at http://www.ccr.gov. (a)(2) At the first semi-annual update on or after April 15, 2011, the Contractor shall post again any required information that the Contractor posted prior to April 15, 2011. (b)(1) The Contractor will receive notification when the Government posts new information to the Contractor's record. (2) The Contractor will have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3)(i) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. (ii) As required by section 3010 of Public Law 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (End of clause) 52.216-18 Ordering (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award through _one-year from date of contract award for the basic period and for options, effective date of option exercise through one-year from effective date of option exercise_. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 Order Limitations (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one each for any line item_, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of the total estimated contract line item quantity; (2) Any order for a combination of items in excess of 50% of estimated contract quantity; or (3) A series of orders from the same ordering office within _thirty (30) days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within _15_ days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 Requirements (OCT 1995) (a) This is a requirements contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after __determined at time of award based on six (6) months after expiration date of ordering period. (End of clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _60_ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _____3 years______ (months) (years). (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond __30SEP2012_. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond _30SEP2012, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) ADDENDUM - 52.212-4 - CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) INSPECTION AND ACCEPTANCE (a) Inspection and acceptance of material under this contract, to ensure that equipment is in accordance with manufacturer's specifications, shall be performed at destination by local U.S. Coast Guard Receiving section personnel and consist of count and condition only. NOTE: All serial number tracked items will be inspected and accepted by local U.S. Coast Guard Quality Assurance personnel. (b) A certificate of conformity shall be required for all items provided on this contract. The certificate must be signed by an authorized official of the approved source and must specify the nomenclature, manufacturer's part number and date of manufacture. For Production Approval Holder, a certificate of conformity AND a copy of the FAA PMA or other manufacturing authority shall be provided. The certificate must be signed by an authorized official representing the approved source and must specify the manufacturer's part number and date of manufacture. (c) Contractors shall also provide a Certificate of Conformance signed by the contractor's authorized representative in accordance with Federal Acquisition Regulation (FAR) 52.246-15 and documentation reflecting the complete unbroken history of ownership of the parts from purchase from the approved source until delivery to the U.S. Coast Guard. PACKAGING AND MARKING A. PACKAGING & PRESERVATION Packaging and preservation shall be the vendor's best commercial practice and shall include the following information: a. The Coast Guard 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. b. Packaging material shall NOT consist of the following material: popcorn, shredded paper, Styrofoam of any type or peanut packaging. c. Uniform bulk packaging of material, no larger than 100 each per package, is acceptable. The packaging shall be sufficient to prevent damage during shipment, handling, and storage. Each package shall be labeled individually. Preservation and protection shall be provided to prevent corrosion, deterioration, or decay during warehouse storage for a period of one year. ADDENDUM - 52.212-4 - CONTRACT TERMS AND CONDITIONS--COMMERCIAL TERMS (JUN 2010) B. MARKING INSTRUCTIONS Each individual container shall be labeled on the outside and each individual packaging of parts on the inside shall be labeled with National Stock Number, Part Number, Nomenclature, Quantity, Contract Line Item, Contract Number, Delivery Order Numbers and Delivery Line Item Number. Certificates of Conformance shall be placed on the outside of individual containers. DELIVERY SCHEDULE The Government desires delivery to be made according to the following schedule: DELIVERY SCHEDULE (*calendar days) (a) (b) (c) (d) ITEM NO. QUANTITY GOVERNMENT OFFEROR'S REQUESTED PROPOSED DELIVERY DELIVERY 0001 - 2145 As specified 480 days after Please provide on each receipt of on attached spreadsheet delivery order delivery order of schedule. Early Deliveries are acceptable PERIOD OF PERFORMANCE The term of this contract shall consist of a one-year base period with two additional one-year option periods for a total of three (3) years. PARTS FURNISHED MUST BE NEW ADDENDUM - 52.212-4 - CONTRACT TERMS AND CONDITIONS--COMMERCIAL TERMS (JUN 2010) INVOICING INSTRUCTIONS Unless otherwise specified on individual delivery orders issued hereunder, the original and three (3) copies of the Contractor's invoice shall be submitted to the designated billing office address or emailed to the email address below. Submitting invoices for payment electronically is the preferred method. ALC-Fiscal@uscg.mil Chief, Fiscal Branch Bldg. 63 USCG Aviation Logistics Center Elizabeth City, NC 27909-5001 MARK FOR: CONTRACT NO. _________________________________ (To be assigned at time of issuance) DELIVERY ORDER NO. _________________________________ (To be assigned at time of issuance) SHIPPING INSTRUCTIONS Unless otherwise specified on individual delivery orders issued hereunder, deliverable hardware items shall be shipped to the following address: USCG Aviation Logistics Center Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001 MARK FOR: 41000 Field Stock Contract No. _____________________________ (To be assigned at time of issuance) Delivery Order No. ______________________________ (To be assigned at time of issuance) Documents, reports and correspondence shall be submitted to the following address: Contracting Officer Short Range Recovery SRR Product Line, Bldg. 75 USCG Aviation Logistics Center Elizabeth City, NC 27909-5001 Primary POC: Tony Twiddy Email: tony.r.twiddy@uscg.mil Phone: (252)335-6494 Secondary POC: Gail Payne Email: gail.f.payne@uscg.mil Phone: (252) 335-6821. Closing date/time for submission of quotes is 18 October 2011 at 3:00 pm est. Quotes will be accepted via e-mail to tony.r.twiddy@uscg.mil or at the following mailing address: USCG Aviation Logistics Center SRR Product Line, Bldg 75 ATTN: Tony Twiddy Elizabeth City, NC 27909-5001 All responsible sources may submit a quote which will be considered. 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. Informal forum with the Ombudsman. Interested parties who believe a specific USCG 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 USCG 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 in FAR 33.103. 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 submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3675.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-200153/listing.html)
 
Record
SN02576714-W 20110916/110915000656-5ea772a825af4841a86752de4150e374 (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.