|
COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1999 PSA#2355Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 J -- OVERHAUL OF C130 SOLENOID VALVES SOL DTCG38-99-R-H00020 DUE
060799 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 FAR 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-H00020 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 97-11. 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 for a maximum period of one year. Firm-fixed prices are
requested for overhaul of the following: Valve, Solenoid, NSN
4810-00-688-9939, P/N 21020-1; estimated quantity of 50 each. Offerors
can expect one delivery order to be issued upon contract award to ship
a quantity of 09 each valves for overhaul. The remaining quantity is
estimated only and delivery orders will be issued as needs arise.
Offerors are also required to propose a flat rate scrap charge in the
event items are determined "Beyond Economical Repair". Overhaul shall
be accomplished in accordance with the Original Equipment
Manufacturer's specifications and procedures. 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 specifications listed above.
The firm-fixed prices proposed are to include ALL parts and labor
required to overhaul the specified components high cost replacement
parts or corrosion WILL NOT justify renegotiation. 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 negotiated
on a case by case basis, after notification to the Contracting Officer
of such condition. 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; however, the first nine (9) valves shipped for overhaul are
required no later than 30 days after receipt of material at
contractor's facility. Delivery shall be no later than 45 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 and acceptance shall be
performed at destination by USCG ARSC Receiving 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 07 June 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 52.222-26, 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 $500,000 with interest at
the prime rate. For further information, call (800)532-1169. Internet
address: http://osdbuweb.dot.gov. Posted 05/25/99 (W-SN335468).
(0145) Loren Data Corp. http://www.ld.com (SYN# 0055 19990527\J-0015.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|