Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

16 -- MH-65 Spare Parts - T&C - requirements

Notice Date
5/7/2015
 
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, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-15-Q-200136
 
Point of Contact
Vincent Pitt, Phone: 252-335-6314, Isaac L. Brothers, Phone: 252-335-6822
 
E-Mail Address
Vincent.C.Pitt@uscg.mil, isaac.l.brothers@uscg.mil
(Vincent.C.Pitt@uscg.mil, isaac.l.brothers@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Parts Requirements Terms and Conditions HSCG38-15-Q-200136 1. Action Code: K 2. Send to Fed Biz Ops: Yes 3. Date: 7 May 2015 4. Classification Code: 16 - AIRCRAFT COMPONENTS & ACCESSORIES 5. Contracting Office Address: United States Coast Guard (USCG) Aviation Logistics Center SRR Procurement 1664 Weeksville Road Elizabeth City, North Carolina 27909-5001 6. Title: MH-65 Spare Parts 7. Response Date: 18 May 2015 at 11:00 am EST 8. Primary Point of Contact: Vincent C. Pitt 9. Secondary Point of Contact: Isaac L. Brothers 10. Solicitation Number: HSCG38-14-Q-200136 11. Reference Number: N/A 12. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number HSCG38-15-Q-200136 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81 effective 10 April 2015. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that a firm-fixed price purchase order shall be awarded on a competitive basis as a result of this synopsis/solicitation. All parts must have clear traceability to the following original equipment manufacturers (OEM) that they are associated with: Eaton Corporation (Cage Code 00624), Thales Avionics, Inc. (Cage Code 3J0E6/0J2T3), Mason Electric Co. ( Cage Code 81579), Hartwell Corporation (Cage Code 83014), ITT Canon (Cage Code 0RYZ9/80795), Claverham (Cage Code K0659), Aero Rubber Company (Cage Code 64665), Sensata Technology (Cage Code 82647). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. See attached documents titled: 1) Requirements - HSCG38-15-Q-200136, for a list of required parts. 2) Terms and Conditions - HSCG38-15-Q-200136, for applicable clauses, instructions, and evaluation criteria. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government shall ensure all procurements are awarded 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) or equivalent European Aviation Safety Agency (EASA) certification, or a certificate of conformance and traceability to the 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 USCG H-65 aircraft. The contractor shall furnish a certificate of conformance (COC) 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 parts shall be NEW approved parts. There are multiple OEMs associated with the parts contained within this solicitation. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on USCG 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, and auditable paper trail which traces each step from an OEM or distributor to its current location. Consistent with FAR Provision 52.212-1(h), the Government reserves the right to make more than one award (multiple awards) for different line items, if, after considering the additional administrative cost to the Government of awarding and administering separate purchase orders, it is determined that the multiple awards will result in the best value to the Government. For purposes of evaluating the cost of making multiple awards, it is assumed that the administrative cost of awarding and administering a purchase order is $500. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Closing date and time for receipt of offers is 18 May 2015 at 11:00 am EST. Anticipated award date is on or about 18 May 2015. E-mail quotations are preferred and may be sent to Vincent.C.Pitt@uscg.mil. Please indicate HSCG38-15-Q-200136 in subject line. Quotations may also be mailed to the following address: USCG ALC 1664 Weeksville Road SRR Hangar 75, HSCG38-15-Q-200136 Attn: Vincent Pitt Elizabeth City, NC 27909 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 Government 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. 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard 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 reasons of unusual and compelling urgency 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(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program shall be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-Q-200136/listing.html)
 
Record
SN03723858-W 20150509/150507235159-730a0e18c9c0a6e029aa9b24b9c520e6 (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  © 1994-2020, Loren Data Corp.