SOLICITATION NOTICE
16 -- AET/AMT System Trainers
- Notice Date
- 9/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423860
— Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-14-Q-QT3321
- Archive Date
- 9/30/2014
- Point of Contact
- Christina Carter-Kurant, Phone: 202-475-3781, Robert A. Mann-Thompson, Phone: 202-475-3252
- E-Mail Address
-
Christina.C.Carter-Kurant@uscg.mil, Robert.A.Mann-Thompson@uscg.mil
(Christina.C.Carter-Kurant@uscg.mil, Robert.A.Mann-Thompson@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This acquisition is being issued in accordance with FAR Subpart 13 for the procurement of customized AET/AMT System Trainers to be used in the AET A-School classroom for hands on inspection, operation, and troubleshooting of aircraft systems that are utilized on Coast Guard Aircraft at the US Coast Guard Aviation Technical Training Center (ATTC) located in Elizabeth City, NC. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quote number is: HSCG23-14-Q-QT3321 The NAICS code is: 423860 This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-76 (August 25, 2014). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The U.S. Coast Guard intends to establish a sole source Purchase Order for customized AET/AMT System Trainers due to the trainers needing to match the existing equipment in the classroom, which is customized to mimic the physical set-up and operation of USCG Aircraft Fuel Systems, Air Cycle Systems, 28V Dual Electrical Distribution Systems, and Ice/Rain Protection Systems. All interested offerors are highly encouraged to provide competitive pricing no later than the closing date of this RFQ. SCOPE OF WORK: 1.0 GENERAL 1.1 PERIOD OF PERFORMANCE The period of performance for this Purchase Order will be 30 days ARO. 1.2 PLACE OF PERFORMANCE The primary place of performance will be the Contractor's facilities. 1.3 DELIVERY 1.3.1 Delivery shall be no later than 30 days ARO. 1.3.2 THE PRODUCT SHALL BE DELIVERED FOB DESTINATION TO : USCG ATTC Elizabeth City 1664 Weeksville Road Elizabeth City, NC 27909-6758 Attn: AETC Andrew Rosewall 2.0 REQUIREMENTS The Contractor shall provide the following Trainers for use in an Avionics Electrical Technician/Aviation Maintenance Technician (AET/AMT) A-School 2.1 28V DUAL ELECTRIAL SYSTEM TRAINER The system shall mimic the set up and operation of US Coast Guard Aircraft electrical distribution systems. Proposed System Trainers proposed must meet or exceed the following: a. REQUIREMENTS: • Unit shall be fully functional upon delivery • Dual 28V DC turbine aircraft starter-generator system, including APU input plug and battery • The 220V AC Motor(s) that drive the dual aircraft turbine starter-generators shall have no less than a 25' UL Listed power input cord. • Split buss current distribution system • Single-phase 115V 400-cycle alternating current system with dual inverters • Shall have a 28V DC Electrical System • Shall have a 115V AC single Phase system • Shall have a 24V Battery System • Shall have a 26V AC System, and • Shall have a 28V electrical starter b. COMPONENTS: • The unit shall be a complete, functional simulation of USCG multi-turbine aircraft electrical system. • The unit shall have all relevant USCG cockpit electrical components including gauges and circuit breakers • All applicable components shall be actual sized and mounted on a custom, roll-around work stand and cabinet • An Instructor's panel shall be located in the rear of the trainer, which can be utilized to simulate numerous shorts, open circuits and other electrical system malfunctions. • Wiring shall be numbered and coded to diagrams, allowing for easy troubleshooting • Instructor and student operations training manuals (with aircraft-style troubleshooting charts, explanatory text/symbols, charts, flow schematics, component cutaway diagrams and all wiring diagrams) 2.2 ICE AND RAIN PROTECTION SYSTEM TRAINER The system shall contain inclement weather protection equipment authorized for use on USCG aviation aircraft and transport category aircraft. The trainer shall mimic the set up and operation of an Ice and rain protection system on Coast Guard Aircraft. Comparable System Trainers proposed must meet or exceed the following: a. REQUIREMENTS: Electronically Heated Prop De-Ice System shall include the following : o De-Ice Timer with four (4) time zones o Brush block with three (3) brushes (engine mount) o Portion of prop slip ring (prop mount) o Shortened prop blade with two-zone heated prop de-ice boot for No. 1 prop o Prop De-Ice ammeter/indicator lights Pneumatic De-Ice Boot System shall include the following : o Surface de-ice boot o Engine-drive vacuum pump o Vacuum-control/ejector shuttle valve o Vacuum filter assembly o Suction regular valve and suction gauge o Boot pressure gauge with light and switch o Plumbing, tubing, wiring and switches Windshield Alcohol Anti-Ice System shall include the following : o Alcohol pump o Spray bar on simulated windshield o Alcohol tank/flow regulator Electric Windshield Wiper System shall include the following : o Windshield wiper, actuator, arm and wiper blade o Motor-converter assembly o Electric actuating motor Electrically Heated Pitot Tube System shall include the following : o Aircraft pitot tube with electric heating elements b. COMPONENTS: • Instructor and student operations training manuals (with aircraft-style troubleshooting charts, explanatory text/symbols, charts, flow schematics, component cutaway diagrams and all wiring diagrams) shall be provided for each independent system. 2.3 TURBINE FUEL SYSTEM TRAINER The system is an advanced turbine type system that is customized to the USCG Aircraft fuel system. The trainer shall operate lie a typical USCG Aircraft fuel system and feature a fuel-management panel, fuel transfer system and capacitance and resistance fuel quantity indication systems. The trainer shall mimic the set up and operation of US Coast Guard Aircraft fuel systems. a. REQUIREMENTS: • The unit shall be fully functional upon delivery • The unit shall include a 110V AC, with a power input cord to allow for easy classroom placement b. COMPONENTS: • The unit shall have the same capacitance-type fuel quantity conditioner, resistance spool, fuel quantity probe and indicators as utilized on USCG Aircraft • Resistance-type fuel quantity indicating system with fuel-quantity probe • Turbine-type fuel system with fuel boost pump, pressure bypass relief valve, firewall shut-off valve, fuel gascolator with drain, and fuel flow transmitter • Fuel transfer system with fuel transfer pump, transfer pump pressure switch with check valve, automatic transfer pump activation sensor and switch, transfer system timer relay and transistorized transfer switch • Fuel management panel with fuel quantity indicators, fuel pressure indicator, fuel flow indicator, system indicator lights, system circuit breakers and system control switches • An Instructor panel shall be located in the rear of the trainer which can be utilized to simulate numerous faults and errors. • Instructor and student operations training manuals (with aircraft-style troubleshooting charts, explanatory text/symbols, charts, flow schematics, component cutaway diagrams and all wiring diagrams) • Wiring shall be numbered and coded to diagrams, allowing for easy troubleshooting • All components shall be actual sized and mounted on a custom, roll-around work stand and cabinet 2.4 AIR CYCLE SYSTEM TRAINER The Air Cycle System (Heat Exchanger) Air Conditions System Trainer is a fully functional air cycle training system covering the US Coast Guard Aircraft air cycle technology. The trainer shall mimic the set up and operation of an Air Cycle system used on Coast guard Aircraft. a. REQUIREMENTS: • The unit shall be fully functional upon delivery • The unit shall include a 110V AC, with a power input cord to allow for easy classroom placement b. COMPONENTS • The unit shall, at a minimum, include the following: o Air cycle machine o Heat Exchanger o Temperature Control Valves o ACM bypass valve o Temperature sensor o Controller o Cabin ventilation blower o Lag Chamber • Instructor and student operations training manuals (with all wiring diagrams) • An Instructor's panel shall be located in the rear of the trainer, which can be utilized to simulate numerous shorts, open circuits and other electrical system malfunctions. • All components shall be actual sized and mounted on a custom, roll-around work stand and cabinet 3.0 FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (APR 2014) and is supplemented as follows: Offerors shall submit an electronic version of their proposal in Adobe.pdf format. The Offeror shall submit a written narrative demonstrating an understanding of the requirement and the capability to perform IAW the SOW. Offerors shall submit quotes IAW the CLIN structure below. Prices shall be inclusive of shipping and shipped FOB Destination. CLIN 00001 Description: 28V DUAL ELECTRIAL SYSTEM TRAINER Amount: 1 Unit: EA Unit Price: $______________ CLIN 00002 Description: ICE AND RAIN PROTECTION SYSTEM TRAINER Amount: 1 Unit: EA Unit Price: $______________ CLIN 00003 Description: TURBINE FUEL SYSTEM TRAINER Amount: 1 Unit: EA Unit Price: $______________ CLIN 00004 Description: AIR CYCLE SYSTEM TRAINER Amount: 1 Unit: EA Unit Price: $______________ TOTAL PRICE: $_________________ QUOTE SUBMISSION DEADLINE: 12:00 ET on Monday, September 15, 2014, via the electronic submission option on FedBizOpps. Quotes submitted through other means may not be considered. 4.0 FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (Jan 1999) is applicable to this procurement. This is a lowest price technically acceptable (LPTA) solicitation. The evaluation factors are: Acceptability: To determine acceptability the Government will evaluate each vendor's technical proposal to ascertain the capability to provide the customized equipment. Lowest Price: The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. 5.0 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (May 2014) is applicable to this acquisition. 6.0 FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (May 2014) is applicable to this acquisition. 7.0 FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (July 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (19 U.S.C. 3805 note). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). X (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). X (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). X (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (32) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). X (33) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). X (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (d) COMPTROLLER GENERAL EXAMINATION OF RECORD. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-14-Q-QT3321/listing.html)
- Place of Performance
- Address: Weyers Cave, Virginia, 24486, United States
- Zip Code: 24486
- Zip Code: 24486
- Record
- SN03507590-W 20140913/140912000545-69ac443f5c824200773a51fb16b864d9 (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 |