Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1999 PSA#2266

Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001

J -- REWORK OF C130 MAIN FUEL CONTROLS SOL DTCG38-99-R-H00007 DUE 020999 POC Nancy DeBerry, Contract Specialist, 252-335-6291 or Martha Hebrew, Contracting Officer, 252-335-6557 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. This announcement constitutes the only solicitation; firm-fixed-price quotations for overhaul of the following items are being requested and a written solicitation will not be issued. Solicitation number DTCG38-99-R-H00007 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Proposal (RFP). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-09. This requirement is considered a small business set-aside; the Standard Industrial Code (SIC) is 3728 and the size standard is 1000 employees. The Coast Guard seeks to award one order for the procurement of these overhaul services. Labor and material for the overhaul/modification/reconfiguration of C130 fuel controls. The following are the components in exact quantities: NSN 2915-01-113-3252, P/N 440978-2, Fuel Control, Main, 10 each for modification/reconfiguration to NSN 2915-01-113-8557, P/N 440970-2; NSN 2915-01-113-3252, P/N 440978-2, Fuel Control, Main, 10 each for overhaul/modification/reconfiguration to NSN 2915-01-113-8557, P/N 440970-2. Offerors are also required to propose a firm-fixed price for scrapping reparables which are determined "Beyond Economical Repair". All overhaul/modification/reconfiguration is to be accomplished in accordance with the Original Equipment Manufacturer's (OEM's) manuals or Air Force Tech Order 6J3-4-27-13 and 6J3-4-24-14. The fuel control data plate(s) will be annotated with the correct part number and series after modification/reconfiguration. The overhaul and upgrade of the fuel control shall include the improved starting fuel schedule as referenced in Allison SIL No. T56:96-04, dated 7 October 1996. Anticipate award of one contract for all required work. This requirement will be satisfied using commercial acquisitionprocedures specified in FAR Part 12. Offerors must possess a current FAA certification as well as OEM certification to perform rework and service on the items listed above and must provide proof of these certifications with the proposal. The Coast Guard does not own, nor can it provide drawings or specifications for these items. Offerors must have access to all current maintenance rework manuals and performance/test/acceptance criteria to ensure that equipment is reworked in accordance with the Original Equipment Manufacturer's (OEM) specifications and applicable Air Force Technical Orders listed above. Firm-fixed-prices do not include components received that indicate obvious misuse, cannibalization, or severe damage due to mishandling or crash damage. Components received in the above listed conditions will be handled on a case by case basis, after notification to the Contracting Officer of such condition. Within fifteen days of the determination, the Contractor shall submit a condition report for UnusuallyDamaged items listing parts and labor required to accomplish the additional "over and above" work. The contractor shall be entitled to the firm-fixed price specified in the contract for overhaul/modification and any amounts proposed for "over and aboves" will be negotiated separately. Nonreworkable items replaced during overhaul shall be disposed of as scrap in accordance with the manuals and specifications listed in this document. Should any of the reparables be determined "Beyond Economical Repair", the contractor shall immediately notify the Contracting Officer and await disposition instructions. The contractor will be entitled to the flat rate scrap charge specified in the award document. Offerors' proposals are to include a delivery schedule. Desired delivery to commence within 60 days after receipt of material and in no case shall delivery exceed 90 days after receipt of material. Earlier deliveries are acceptable and desired at no additional cost to the Coast Guard. Inspection and acceptance shall beperformed at destination by USCG ARSC Quality Assurance personnel. Fob point shall be destination. A Certificate of Conformance in accordance with FAR 52.246-15 is required for each repaired item. Copies of packing slips and the Certificate of Conformance shall be affixed to the outside of the shipping container. The closing date for receipt of offers is 09 February 1999, 3:00 pm, Eastern Standard Time. Facsimile offers are acceptable and may be forwarded via fax number (252)335-6452. Far provision 52.212-2 applies; evaluation factors will be price and past performance, and these factors are substantially equal. In order to evaluate past performance, offerors are instructed to provide references for past performance information for the above listed components during the preceeding 2-year period which includes the contract number, agency, point of contact and applicable phone number. References should be given which reflect recent contracts with Federal agencies or military organizations. Note: The Government reserves the right to contact any potential source of information regarding an offeror's past performance Items are considered Flight Critical and as such are serial-number tracked by the Coast Guard's Aviation Computerized Maintenance System (ACMS). The ACMS is a computerized system used to record maintenance of aircraft components and assemblies. The contractor's responsibilities within ACMS consist of submission of required forms and samples of these forms will be provided upon contract award. Reparables will be accompanied by a Significant Component History Record (SCHR) and a Component Repair Record (CRR). Upon receipt of reparable at the contractor's facility, the SCHR and CRR shall be verified to ensure they correspond with the component part and serial number. Any discrepancies shall be reported to the Contracting Officer prior to commencement of any work. The contractor shall complete the CRR and submit three copies of the forms as specified upon contract award. Copies of forms are to be maintained by the contractor for a period of ninety days. The SCHR accompanying the item shall be updated upon completion of work and shall be returned with the unit. The closing date for receipt of offers is 05 February 1999, 3:00 pm, Eastern Standard Time. Facsimile offers are acceptable and may be forwarded via fax number (252)335-6452. Far provision 52.212-2 applies; evaluation factors will be price and past performance, and these factors are substantially equal. In order to evaluate past performance, offerors are instructed to provide references to verify experience in overhauling and modifying the items listed above. Offerors are required to provide the agency, point of contact and applicable phone number for each reference given. References should be given which reflect recent contracts with Federal agencies or military organizations. Note: The Government reserves the right to contact any potential source of information regarding an offeror's past performance. Offeror's are instructed to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 1998) with their offers. Offerors that do not have access to these certifications may request a copy from the point of contact referenced above to obtain them. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Aug 1998), FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Apr 1998), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 1998), FAR 52.233-3, Protest After Award (Aug 1996), FAR 52.203-6, Restrictions on Subcontractors Sales to the Government (Jul 1995), Alternate I, (Oct 1995), FAR 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns, (Jun 1997), FAR 52.222-26, Equal Opportunity (Apr 1984), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam EraVeterans (Apr 1998), FAR 52.222-36, Affirmative Action for Handicapped Workers (Jun 1998), FAR 52.222-37, Employment Reports on Special Disabled and Veterans and Veterans of the Vietnam Era (Apr 1998), FAR 52.225-3, Buy American Act -- Supplies (Jan 1994), Defense Priorities and Allocations System Rating: DO-A1. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises(DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,00 with interest at the prime rate. For further information, call (800)532-1169. Internet address: http://osdbuweb.dot.gov. See Numbered Note 1. Posted 01/19/99 (W-SN288978). (0019)

Loren Data Corp. http://www.ld.com (SYN# 0053 19990121\J-0004.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page