Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2017 FBO #5579
SOLICITATION NOTICE

J -- Repair of Auxiliary Fuel Management Control Panels - Attachement 4 - Attachement 3 - Attachment 2 - Attachment 1

Notice Date
3/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
HSCG38-17-Q-J00076
 
Archive Date
3/28/2017
 
Point of Contact
Belinda T. Watkins, Phone: 252 335-6714, Christine M. Minor, Phone: 2523356658
 
E-Mail Address
belinda.t.watkins@uscg.mil, christine.m.minor@uscg.mil
(belinda.t.watkins@uscg.mil, christine.m.minor@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Schedule of Services Statement of Work Terms and Conditions Wage Determination/New York HSCG38-17-Q-J00076 1. Action Code: K 2. Send to Fed Biz Ops: Yes 3. Date: 1 March 2017 4. Classification Code: J - Maintenance, Repair and Rebuilding of Equipment 5. Contracting Office Address: United States Coast Guard (USCG) Aviation Logistics Center MRR Procurement 1664 Weeksville Road Elizabeth City, North Carolina 27909-5001 6. Title: Repair of Auxiliary Fuel Management Control Panels 7. Response Date: 13 Mar 2017 8. Primary Point of Contact: Belinda Watkins 9. Secondary Point of Contact: Christine Minor 10. Solicitation Number: HSCG38-17-Q-J00076 11. Reference Number: N/A 12. Description: Nomenclature: Auxiliary Fuel Management Control Panel Repairs National Stock Number: 1680-01-437-8907 Part Number: 710820-4 Desired delivery time is ninety (90) calendar days after receipt of Panels. This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. Solicitation number HSCG38-17-Q-J00076 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) 2005-95 effective 19 January 2017, which incorporates FAC-94. The applicable North American Industry Classification System (NAICS) code is 488190-Other Support Activities for Air Transportation with a small business size standard of $32.5M. This is an unrestricted solicitation as there is no reasonable expectation of obtaining offers from two (2) or more responsible small business concerns. All responsible sources may submit a quotation, which shall be considered by the agency. It is anticipated an Indefinite Delivery Requirements type contract consisting of one (1) one-year Base Period and, if exercised, two (2) one-year Option Periods shall be awarded on a sole source basis to GE Aviation Systems LLC (GE) as a result of this synopsis/solicitation. The total duration of this contract shall not exceed three (3) years. The item and estimated quantities can be found on Attachment 1 - Schedule. All repairs shall have clear traceability to the original equipment manufacturer (OEM), GE Aviation Systems LLC (Cage Code 19623). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from the OEM to its current location. Sources shall be the OEM or an OEM authorized source. Contractors having the expertise and required capabilities to provide these repairs are invited to submit offers in accordance with the requirements stipulated in this solicitation. The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. The COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certifications including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure parts and repairs are in airworthy condition, suitable for installation on USCG aircraft. The following documents are attached: Attachment 1: Schedule of Services Attachment 2: Statement of Work Attachment 3: Terms and Conditions Attachment 4: Wage Determination/New York Closing date and time for receipt of offers is 13 Mar 2017 at 4:00 pm EST. E-mail quotations are required and may be sent to belinda.t.watkins@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate HSCG38-17-Q-J00076 in subject line. 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 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 with the Contracting Officer (KO) 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 KO. If the KO 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, KO, 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 KO 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 KO 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 OPAP @uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. Election of Forum. After an interested party protests a USCG procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-17-Q-J00076/listing.html)
 
Place of Performance
Address: Bohemia, New York, 19623, United States
Zip Code: 19623
 
Record
SN04419581-W 20170303/170301235315-1c32788fb2d25c6ce33e7f2fbbec4346 (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.