Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2011 FBO #3647
SOLICITATION NOTICE

16 -- ACTUATOR REPAIR

Notice Date
11/17/2011
 
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
HSCG38-12-Q-200013
 
Point of Contact
Debora J. Plymel, Phone: 2523345372
 
E-Mail Address
debora.j.plymel@uscg.mil
(debora.j.plymel@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities 1. Action Code: K 2. Send to CBD: Yes 3. Date: 11/17/11 4. Classification Code: 16 - AIRCRAFT COMPONENTS & ACCESSORIES 5. Contracting Office Address: USCG Aviation Logistics Center SRR Procurement 1664 Weeksville Road Elizabeth City, NC 27909-5001 6. Title: 16 - ACTUATOR REPAIR 7. Response Date: 11/30/11 8. Primary Point of Contact: DEBORA PLYMEL 9. Solicitation Number: HSCG38-12-Q-200013 10. Reference Number: N/A 11. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. The U.S. Coast Guard (USCG), Aviation Logistics Center (ALC), Short Range Recovery (SRR) Contracting Branch intends to award one (1) Firm Fixed Price Purchase Order. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-12-Q-200013 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted procurement. The US Coast Guard Aviation Logistics Center has a requirement for the repair of: REPAIR 10 EA: NSN: 1680-14-401-5740 P/N: 8177-3 ACTUATOR, ELEC LINE MFGCC: F0396 Requested Delivery Date: 2/15/12 The Original Equipment Manufacturer (OEM) is AVIAC TECHNOLOGIES. The data required to repair this item is only available from the OEM. The contractor must have access to the most recent component maintenance manual (CMM) from the OEM. Drawings or specifications are not available and cannot be furnished by the Government. Vendor must possess appropriate FAA certification and SHALL be an OEM approved source. Certifications shall be required prior to award. 1. This SOW provides for the repairing to like new condition of components listed above for the Coast Guard's Aviation Logistics Center (ALC), HH-65 fleet. The components listed above will be furnished to the contractor for repair at the prices established at award. The information contained in the scope of work is not intended to be all-inclusive nor to detract from procedures outlined in the Original Equipment Manufacturers (OEM) specification except where noted herein. All repair actions shall be in accordance with the OEM commercial overhaul manuals and Federal Aviation Regulation Parts 43 and 145 or alternate standard approved in writing by Engineering Division, USCG Aircraft Logistics Center (ALC) and Contracting Officer. Components furnished hereunder shall be returned by the contractor in an airworthy condition and in all respects suitable for installation on the HH-65 aircraft. Certification and documentation requirements apply. 2. These are NOT flight critical items. However, serial number tracking shall be used for validating the correct unit was received at the vendor's repair/overhaul facility and returned to ALC. Upon receipt of the items to be repaired/overhauled, the contractor shall notify the Contracting Officer, SRR 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) 33-5240, ATTN: Contracting Officer SRR Supply Cell. The email address will be provided by the Contracting Officer. 3. The contractor shall provide all necessary parts, material, labor, tooling, repair manuals, test equipment and facilities to evaluate and repair the components listed in paragraph 1 for the Coast Guard fleet of HH-65 helicopters, as necessary to conform with 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. 4. The work shall be in accordance with the OEM specifications; latest change revision shall apply and shall be used when performing the repair requirements within this contract except where noted herein. The contractor must have access to all needed maintenance, repair and overhaul manuals and performance/test/acceptance criteria and data to ensure that equipment is repaired, calibrated and operating in accordance with the OEM's current specifications. 5. 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's specifications (or best commercial practices if not addressed by the OEM). 6. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Corrosion is expected on equipment to be repaired under this contract. During inspection and functional test, the presence of corrosion in any component or subcomponent 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. Components returned for repair shall be overhauled when the Time-Since-Overhaul (TSO) is equal to or greater that 60% of the scheduled Time-Between-Overhaul (TBO) recommended by the OEM. However, in no case shall the price specified on the order be exceeded without written authorization from the Contracting Officer. 8. 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 U.S. Coast Guard, Aviation Logistics Center, SRR Contracting Officer and Engineering Division. In all cases, replacement parts shall be new. A copy of the contractor's work order, listing all replacement parts, shall be provided for each component. The contractor shall maintain a copy of replacement part certification documentation for inspection by the Government for a minimum of 24 months after delivery. 9. A DD Form 1577-2, Unserviceable Tag-Material, or a CG-1577-A (11-90), Unsatisfactory Report Tag, will be attached to each Not Ready for Issue (NRFI) component describing faults. The components shall be repaired to correct the specific fault(s) identified. 10. The Coast Guard desires early deliveries therefore early shipments are encouraged as long as no additional costs are incurred by the Coast Guard. All requests for time extensions shall be in writing and shall include substantiation of the need for such time extension(s) in accordance with FAR 52.212-4 (f) excusable delays. If nonperformance is not covered by an excusable delay the contractor and the Contracting Officer shall negotiate the consideration for the approval of the extended delivery date at which time a modification to the task order will be issued to reflect the consideration and the extension. 11. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. The contractor shall comply with ASTM D 3951-10 Standard Practice for Commercial Packaging. Items shall be individually packaged and labeled. Labeling shall include the appropriate national stock number, part number, nomenclature, serial number, quantity, delivery order and line Item number. Labeling data shall be attached to the outside of the shipping container. Bar coding is not required. 12. At the time of each 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 carton 13. Delivery shall be to Commanding Officer, Aviation Logistics Center, Elizabeth City, NC 27909. Inspection and Acceptance shall be performed at destination by ALC's Receiving Section. Inspection and Acceptance shall be in accordance with 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010). 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. F.O.B Destination is requested as the F.O.B. point for all Deliverables. 14. 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. 15. The Offeror's standard commercial warranty shall apply to this SOW and resulting contract and the terms of that standard warranty shall be provided with the offer. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). Closing date and time for receipt of offers is 30 November 2011, 1630, EST. E-mail quotes are preferred and may be sent to Debora.J.Plymel@uscg.mil. Please indicate HSCG38-12-Q-200013 in subject line. Quotes may also be faxed to 252-334-5240, or mailed to the address of the Contracting official as stated above. The following FAR provisions/clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.211-14 Notice of Priority Rating for National Defense Use, Emergency Preparedness and Energy Use Program (APR 2008) DO rated. 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2011)-(ii) Alternate I (APR 2011) Offerors 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 paragraph (c) through (o) of this provision. 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: https://www.acquisition.gov/far/. 52.204-4 Printed of Copied Double-Sided on Recycles Paper (MAY 2011). 52.246-15 Certificate of Conformance (APR 1984). 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders-Commercial Items (MAY 2011). (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009), Alternate I (Aug 2007) of 52.222-50. (2) 52.233-3, Protest After Award (AUG 1996). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). (b)(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010). (21)52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009). (24) 52.222-3, Convict Labor (June 2003). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007). (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010). (30) 52.222-37, Employment Reports on Veterans (Sep 2010). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010). (37) 52.225-1, Buy American Act-Supplies (Feb 2009). (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (49)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006). (c)(1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (end of clause) Homeland Security Acquisition Regulation (HSAR) Clauses 3052.222-90 Local Hire (JUL 2010) NOTICE FOR FILING AGENCY PROTESTS 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 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-200013/listing.html)
 
Record
SN02625202-W 20111119/111117234417-827206160126a1a73ac27c889bdb2abc (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.