|
COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1999 PSA#2387Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 16 -- OVERHAUL OF P/N 3213722-5-1-SERIES-3. QTY. 50 EA. SOL
DTCG38-99-R-H00025 DUE 072899 POC Charles L. Williams -- (252) 335-6640
M.A. Hebrew-(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-H00025 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, regulating NSN 4810-01-157-2583, P/N
3213722-5-1-SERIES-3 at a quantity of50 each. Offerors can expect one
delivery order to be issued upon contract award to ship a quantity of
25 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
repairables 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 27 July 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 07/12/99 (W-SN352796).
(0193) Loren Data Corp. http://www.ld.com (SYN# 0232 19990714\16-0023.SOL)
16 - Aircraft Components and Accessories Index Page
|
|