|
COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 J -- OVERHAUL OF C130 T56 COMBUSTION CHAMBERS SOL DTCG38-99-R-H00014
DUE 052699 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-H00014 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 97-10. This requirement is considered a
small business set-aside; the Standard Industrial Code (SIC) is 3728
and the size standard is 1000 employees. Anticipate award of one
contract with a one-year base period with options to renew on an annual
basis, not to exceed five years for the procurement of these overhaul
services. Firm-fixed prices are requested for overhaul of the following
items and corresponding quantities: Base Year Combustion Chamber; NSN
2840-00-195-2991, P/N 6876880 or NSN 2840-01-049-1153, P/N 6894068 or
NSN 2840-00-757-5923, P/N 6847888; Minimum of 40 each with a maximum of
80 each. Option Year One -- Combustion Chamber; NSN 2840-00-195-2991,
P/N 6876880 or NSN 2840-01-049-1153, P/N 6894068 or NSN
2840-00-757-5923, P/N 6847888; estimated quantity of 80 each; Option
Year Two -- Combustion Chamber; NSN 2840-00-195-2991, P/N 6876880 or
NSN 2840-01-049-1153, P/N 6894068 or NSN 2840-00-757-5923, P/N 6847888;
estimated quantity of 80 each; Option Year Three -- Combustion Chamber;
NSN 2840-00-195-2991, P/N 6876880 or NSN 2840-01-049-1153, P/N 6894068
or NSN 2840-00-757-5923, P/N 6847888; estimated quantity of 80 each;
Option Year Four -- Combustion Chamber; NSN 2840-00-195-2991, P/N
6876880 or NSN 2840-01-049-1153, P/N 6894068 or NSN 2840-00-757-5923,
P/N 6847888; estimated quantity of 80 each. Offerors can expect one
delivery order to be issued upon contract award to ship the minimum
quantity of 40 combustion chambers for overhaul. The remaining quantity
for the base year and all option year quantities are estimated only and
delivery orders will be issued as needs arise. In addition to the
firm-fixed prices required for the above services, offerors are
required to propose a firm-fixed hourly labor rate for each year for
installation of applicable OEM service bulletins and pricing for
Unusually Damaged Items. This hourly labor rate shall include all
applicable G&A, overhead and profit. Offerors are also required to
propose a flat rate scrap charge for each year in the event items are
determined "Beyond Economical Repair". Overhaul shall be accomplished
in accordance with Air Force Tech Order 2J-T56-53/44. Offerors must
possess a current FAA certification or OEM certification to perform the
required overhaul services 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 applicable technical orders listed
above. Technical orders required for these overhaul services may be
obtained from San Antonio ALC/LPCA-TOMA, 485 Quentin Roosevelt Rd., Ste
8, Kelly AFB, TX 78241-6427. 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 Unusually Damaged 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 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. Offerors may propose a staggered delivery
schedule for the first shipment of 40 combustion chambers; however,
fifteen (15) of the first shipment of combustion chambers are required
no later than 15 days after receipt of material at the contractor's
facility. Delivery shall be no later than 30 days after receipt of
material at the contractor's facility for any subsequent shipments.
Earlier deliveries are acceptable and desired at no additional cost to
the Coast Guard. Inspection andacceptance shall be performed 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. 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 26 May 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. 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 (Feb 1999) 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 (Mar 1999), 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 Business Concerns, (Jan
1999), FAR 52.222-26, Equal Opportunity (Apr 1984), FAR 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans (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. Notice to Offerors: It is the policy
of the Coast Guard to issue solicitations and make contract awards in
a fair and timely manner. To further this policy, the Commandant has
created the position of Solicitation Ombudsman who is empowered to
investigate issues raised by prospective offerors and resolve them,
where possible, without expensive and time-consuming litigation.
Potential offerors who believe that a Coast Guard solicitation is
unfair or otherwise defective should first direct their concerns to the
cognizant contracting officer. If the contracting officer is unable to
satisfy the concerns, the offeror should then contact the Coast Guard
Solicitation Ombudsman at the following address: Commandant
(G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593. Telephone
(202)267-2285; Fax No. (202)267-4011. Potential offerors should provide
the following information to the Ombudsman in order to ensure a timely
response: solicitation number, contracting office, contracting
officer, and solicitation closing date. 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. Posted 05/13/99 (W-SN331013). (0133) Loren Data Corp. http://www.ld.com (SYN# 0066 19990517\J-0003.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|