Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOLICITATION NOTICE

15 -- Amendment #0006 - El Salvador MD500E Spare Parts

Notice Date
6/3/2020 11:28:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-20-Q-0039
 
Response Due
6/18/2020 1:00:00 PM
 
Archive Date
10/31/2020
 
Point of Contact
SelidiaJackson, Brian Williams
 
E-Mail Address
selidia.jackson.civ@mail.mil, brian.m.williams14.mil@mail.mil
(selidia.jackson.civ@mail.mil, brian.m.williams14.mil@mail.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice, such as Statement of Work (SOW), Attachment 0001, dated 22 January 2020, Attachment 0002, Document Summary List (DSL), Attachment 0003, Parts List, and enclosed addenda with additional clauses. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number, W58RGZ-20-Q-0039, is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation. (iv) This is a 100% Historically Underutilized Business (HUBZone) Set-Aside in accordance with FAR 19.1305. The associated NAICS code is 336413 with a business size of 1250 employees. (v) The spare parts being solicited are included under attachment 0003, entitled EL SALVADOR PARTS LIST 22 JAN 20v3. The Contractor shall supply and deliver MD500E aircraft spare parts listed in Attachment 003 according to the following: a. The Contractor shall have a working knowledge of Federal Aviation Administration (FAA) Airworthiness, Department of Defense Critical Safety Item Program and the Army Aviation Airworthiness Release (AWR) process. b. The Contractor shall deliver all items with airworthiness documentation IAW Title14 Code of Federal Regulations Part 21. c. The Contractor shall notify the USG and identify any alternate aircraft spare part numbers that deviate from the parts list (Attachment 003). 1) The Contractor shall certify that all provided aircraft spare parts perform as designed for the required systems. d. All components shall meet one of the condition codes below: New (NE): A component part or material produced in conformity with approved data that is accompanied by a manufacturer's material certification, component historical records and FAA Form 8130- 3 at the time of sale and has no operating time or cycles. Overhauled (OH): A used component or part which has been overhauled using methods, techniques, and practices acceptable to the FAA and has been disassembled, cleaned, inspected, repaired as necessary, and reassembled. In addition, it has been tested in accordance with approved standards and technical data acceptable to the FAA. Overhauled items shall have zero operating hours since last overhaul. Component will be accompanied by component historical records (if component contains time life components/parts installed) and a FAA Form 8130-3. New Surplus (NS): A component part or material that is unused and may have been released as surplus by the manufacturer, owner-operator or repair facility. Component will be accompanied by a manufacturer's material certification, component historical records (if component contains time life components/parts installed) and a FAA Form 8130-3. The USG will coordinate Value Added Tax (Tax) exemption. (vi) The procurement and shipment of MD500E Aircraft spare parts for the SCO within the U.S. Southern Command Area of Responsibility is funded by Global Peace Operations Initiative (GPOI) office US SOUTHCOM, mandated by the Under Secretary of Defense for Acquisition, Technology and Logistics to MASPO Acquisition Decision Memorandum (ADM) dated January 19, 2010. (vii) The Contractor shall consolidate components for inspection at its facility no later than (NLT) 120 days after contract award and deliver to the address below NLT 180 days from contract award: FUERZA A�REA SALVADORE�A BASE A�REA DE ILOPANGO BOULEVARD DEL EJ�RCITO KM. 9 1/2 ILOPANGO, SAN SALVADOR EL SALVADOR (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, is applicable to this acquisition. (ix) Basis for Award: 52.212-2 Evaluation Commercial Items (Oct 2014) (a) The Government will make an award based on the Lowest Price Technically Acceptable (LPTA) proposal, as set forth below and in accordance with FAR Subpart 12 and Subpart 13.5, as supplemented by DFARS Subpart 213. The Government intent is to award a single contract. The Government anticipates awarding to the responsible offeror, whose quotation is determined technically acceptable, meets the delivery schedule set forth in this solicitation and offers the lowest price.��The Proposed unit price and aggregate price for each spare part must be provided.� The contractor must provide documentation of previous aviation spare parts delivery. 1) Inspection and Acceptance: The MD500E Aircraft spare parts and documentation will be inspected by an authorized Government representative at the Contractor�s facility prior to shipment. Once the shipments have been inspected, all parts shall be sent to the location identified in paragraph 5.0. The Contractor shall provide the Government inspectors, identified in paragraph 5.2, hard and soft copies of warranty and airworthiness documentation at inspection. The Government personnel appointed for inspection will be provided at contract award. The Government personnel appointed for acceptance for customs/inspection requirements will be provided at contract award. The Government will need an estimated date the proposed spare part will be available for inspection following contract award. �The Contractor shall not be responsible for payment of value added taxes (VAT) assessed by the Republic of El Salvador at destination.�The Contractor shall provide all documents required by the USG to obtain a waiver for the VAT. 2) Past Performance: The Government will evaluate each offeror past performance history in the Supplier Performance Risk System (SPRS) for PSC 1520 IAW DFARS clause 252-213-7000. 3) Price Evaluation. The Government will fully evaluate the proposed FFP Contract price. The Government will evaluate offers for fairness, reasonableness, and compliance; 4) Solicitation Requirements (Terms and Conditions). Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and Statement of Work (SOW) requirements, in addition to those identified under this section. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation term and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable, and the proposal, therefore, ineligible for award. (b) Options: No Options are included with this requirement (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) A copy of the completed provision at 52.212-3, Offeror Representations and Certifications- Commercial Items, shall be submitted with your quotation. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items and enclosed addenda, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2020) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 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: [Contracting Officer check as appropriate.] _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). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5)[Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _X_ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). _X_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). __ (10)[Reserved]. _X_ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C.657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. _X_ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (Jan 2011) of 52.219-4. __ (13)[Reserved] _X_ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). __ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4)) __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Nov 2016) of 52.219-9. __ (v) Alternate IV (Aug 2018) of 52.219-9 __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _X_ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C.637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2019) (15 U.S.C. 657f). _X_ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O.11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). _ _ (ii) Alternate I (Feb 1999) of 52.222-26. _X_ (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X_ (ii) Alternate I (July 2014) of 52.222-35. _X_ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793). __ (ii) Alternate I (July 2014) of 52.222-36. _X_ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). _X_ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-theshelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). __ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). __ (38) (i) 52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (39) (i) 52.223-14, Acquisition of EPEAT�-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. __ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (41) (i) 52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). __ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693). __ (45) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). __ (ii) Alternate I (Jan 2017) of 52.224-3. __ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). __ (47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. __ (48) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)). __ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)). _X_ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). __ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332). __ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332). __ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)). __ (60) (i) 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). __ (ii) Alternate I (Apr 2003) of 52.247-64. __ (iii) Alternate II (Feb 2006) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 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). __ (7) 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). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). (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 (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-17, Non-displacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (viii) 52.222-26, Equal Opportunity (Sept 2015) (E.O.11246). (ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.4212). (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793). (xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C.4212) (xii) 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. (xiii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiv) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O 13627). (B) Alternate I (Mar 2015) of 52.222-50(22 U.S.C. chapter 78 and E.O 13627). (xv) 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). (xvi) 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). (xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 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. (xxiii) 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) (xiii) The Contractor shall provide a manufacturer/supplier's warranty against materials and workmanship defects that is common industry standard beginning the date of acceptance by the authorized Government representative identified in paragraph 5.3 of the statement of work. All warranties provided commercially and through suppliers will be transferred to the government.���The Government will need confirmation that the commercial warranty for the proposed spare part begins at acceptance in Mali. (xiv) DPAS is not applicable for this acquisition. (xv) Offers are due no later than 1500; 15 May 2020 Central Daylight Time (CDT). Please send proposals via e-mail to the contract specialist and contracting officer listed below. (xvi) Please contact contract specialist, Mr. Selidia Jackson, at selidia.jackson.civ@mail.mil or at 256-313-5356 for questions relating to this solicitation. Contracting Officer MAJ Brian Williams can also be contacted at brian.m.williams14.mil@mail.mil or 361-961-5706 for questions relating to this solicitation. Amendment #0001 Changes: The Proposed unit price and aggregate price for each spare part must be provided.�� The contractor must provide documentation of previous aviation spare parts delivery. The Government will need an estimated date the proposed spare part will be available for inspection following contract award. � The Government will need confirmation that the commercial warranty for the proposed spare part begins at acceptance in El SALVADOR. Amendment #0002�Changes: Delivery location changed from: DIRECTOR MISSION SUPPORT MALI C/O MINUSMA-MOVCON SUPPORT CUSTOM & SHIPPING TERM CONTENEUR MINUSMA LOGISTICS BASE SOTUBA ZONE INDUSTRIELLE, KOROFINIA, BAMAKO-MALI To: FUERZA A�REA SALVADORE�A BASE A�REA DE ILOPANGO BOULEVARD DEL EJ�RCITO KM. 9 1/2 ILOPANGO, SAN SALVADOR EL SALVADOR Amendment #0003 makes the following change: Remove:�The Contractor is responsible for payment of value added taxes (VAT) assessed by the Republic of Mali at destination.�There is no waiver for the VAT. Replace with:�The Contractor shall not be responsible for payment of value added taxes (VAT) assessed by the Republic of El Salvador at destination.�The Contractor shall provide all documents required by the USG to obtain a waiver for the VAT. Amendment #0004�makes the following change: Remove:�The Government will need confirmation that the commercial warranty for the proposed spare part begins at acceptance in Mali. Replace with:�The Government will need confirmation that the commercial warranty for the proposed spare part begins at acceptance in El SALVADOR. Amendment #0005�Changes: Due date has changed from 1 May 2020 at 1500 CDT to 15 May 2020 at 1500 CDT. Amendment #0006 Questions and Answers: Question: (369H6538-9 TAPE) Can you please review and clarify this item?� We are having difficulty locating the -9 of this part.� Our research also suggests that this may not be tape.� Can you please confirm the PN and description? Answer: Information regarding MD Part Number 369H6538-9, Description - TAPE; this is the non-skid tape that is applied to MD Part Number 369H6538, Step.� The following reference information is provided - MD Helicopters Inc., CSP-IPC-4, Illustrated Parts Catalog (Revision 2: 31 August 2018), 32-10-00,� Figure 1, Page 7,� Item 29, Part Number 369H6538-9, Description -�� TAPE. Question: After a thorough market research, it's become abundantly clear that some of the parts are not available in overhaul out right condition and if they are we can only provide them as an Overhaul exchange. I understand this is a hindrance, but considering that the solicitation is looking for lowest price available, an exchange would provide the best value at a lower price. Answer:� We do not plan to change the requirements listed in the solicitation. Question: Looking for clarification in regards to warranty terms, type of documentation required as proof for previous parts delivered, and required language for the MSD sheets on the Haz Mat, since it�s going to El Salvador. Answer: Clarification in regards to Warranty Terms - The 'Warranty Terms' included in the procurement price for the item.� For example, ""Manufacturer's Warranty that covers quality and workmanship for 1 years or 1,000 flight hours (whichever comes first) for a dynamic component such as a tail rotor gearbox"".� An extended protection warranty at additional cost is not what is being requested. Answer: In response to type of documentation required as proof of previous parts delivered, this requirement was added in Amendment #0001 and is being removed from the solicitation. Answer: In response to required language for the MSD sheets on the Haz Mat, since it�s going to El Salvador, please provide the MSD Sheets for any HAZMAT products with one copy in English and one copy in Spanish. Question: Contractor discovered an issue with a couple part numbers (369H6538-9 � Tape; 369H90072-21 � Relay).� �Can the USG verify these two part numbers? They cannot be found in any aviation procurement database from my team or our vendors.� Answer: 369H6538-9 � Tape This is the non-skid tape that is applied to MD Part Number 369H6538, Step.� The following reference information is provided - MD Helicopters Inc., CSP-IPC-4, Illustrated Parts Catalog (Revision 2: 31 August 2018), 32-10-00,� Figure 1, Page 7,� Item 29, Part Number 369H6538-9, Description -�� TAPE.) Answer: 369H90072-21 - RelayMDHI Part Number 369H90072-21 � Relay--� MD Helicopters Inc., CSP-IPC-4, Illustrated Parts Catalog (Revision 2: 31 August 2018), 25-50-00,� Figure 1, Page 8, Item 59, Part Number 369H90072-21, Description - Relay Assy (Assembly) (https://aeroval.com/ref/192636/369H90072-21/) Question: Also, the Mobil ALG synthetic aviation gear lubricant is not sold in quarts only 5 gallon or 65 gallon containers. Can they quote 5 gallon containers to account for 270 quarts? Answer: Quote 270 Quarts in 5 Gallon containers of Mobile AGL (El Salvador verified that 5 Gallon Containers are acceptable); El Salvador's requirement is for 270 Quarts Mobil of AGL, so in 5 Gallon Containers works out to 54 Five Gallon Cans.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e2a8d73715ce4813abae8809105eca9e/view)
 
Place of Performance
Address: Huntsville, AL 35806, USA
Zip Code: 35806
Country: USA
 
Record
SN05678918-F 20200605/200603230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.