|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,2000 PSA#2589Department of Transportation, United States Coast Guard (USCG),
Commanding Officer, USCG Aircraft Repair & Supply Center, HU25,
HH65, H60J, C130 or Support Procurement, Building 79, 75, 79, 78, or
63, Elizabeth City, NC, 27909-5001 16 -- HC-130 PROPELLER BLADE REPAIR SOL DTCG38-00-Q-30018 DUE 051700
POC William Creef, C130 Supply Technician, Phone 252-335-6432, Fax
252-335-6452, Email WCreef@arsc.uscg.mil -- Martha Hebrew, C130
Contracting Officer, Phone 252-335-6557, Fax 252-335-6452, Email
MHebrew@arsc.uscg.mil WEB: Visit this URL for the latest information
about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG38-00-Q-30018&LocID=487. E-MAIL: William Creef, WCreef@arsc.uscg.mil.
17. 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
requirement will be satisfied using commercial acquisition procedures
specified in FAR Part 12. This announcement constitutes the only
solicitation; firm-fixed-price proposals are sought for labor and
materials to return sixteen (16) C130 propeller blades, part number
A7111D-2, NSN 1610-00-482-7947 to a serviceable condition. The blades
were damaged due to overheating by the blade de-icing system. The
following shall be performed in accordance with AFTO 3H1-18-3: Rework
foam fairing, replace coverstock, install new blade boots, install new
blade heaters, install electrical cable and contact ring holder
assembly, install spinner seal, seal all fairing-attached rubber goods,
and remark blade airfoil. The blades will be shipped from United States
Coast Guard Air Station Kodiak, AK; and upon completion of specified
repairs, these items shall be returned to USCG Air Station Kodiak, AK.
USCG Air Station Kodiak will provide four shipping containers for the
propeller blades. Each shipping container will hold four propeller
blades. The shipping containers shall be used to deliver the propeller
blades to the selected repair facility and to return the propeller
blades to USCG Air Station Kodiak. A written solicitation will not be
issued. Solicitation number DTCG38-00-Q-30018 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 97-14. This requirement is considered unrestricted; the
Standard Industrial Classification Code is 3728 and the size standard
is 1000 employees. Offerors are also required to propose a firm-fixed
price for scrapping reparables which are determined "Beyond Economical
Repair". The Contractor, or its Subcontractor, if FAA or OEM
certifications are furnished through a subcontractor, must possess a
current FAA certification or an OEM certification to perform overhaul
and service on the items listed above and must provide proof of these
certifications with the proposal; or other certifications, (such as DOD
Certification), to be submitted to the Contracting Officer for review
and approval on a case by case basis. Firm-fixed prices do not include
components received that indicate obvious misuse, cannibalization.
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 "over and above
work". The contractor shall be entitled to the firm-fixed-price
specified in the contract for overhaul/modification/reconfiguration and
any amounts proposed for "over and aboves" will be negotiated
separately. Nonreworkable items replaced during overhaul shall be
disposed of as scrap, which means to render those items unusable for
their intended purpose. 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 scrap rate charge specified in the award
document. Offerors' proposals are to include a delivery schedule.
Desired delivery to commence within 20 days after receipt of material.
Accordingly, the contractor will be required to notify the Contracting
Officer upon receipt of the reparables. Earlier deliveries are
acceptable and desired at no additional cost to the Coast Guard. These
items are flight critical. Inspection shall be accomplished through
documentation utilizing either, Certificate of Conformance in
accordance with FAR 52.246-15 or FAA Form 8130-3 and acceptance shall
be performed at destination by USCG personnel atUSCG Air Station
Kodiak, AK. Fob point is preferred to be destination. Copies of packing
slips and Certificate of Conformance or FAA Form 8130-3, shall be
affixed to the outside of the shipping container. Packaging of the
items for return shipment shall be in accordance with the Contractor's
best commercial practices with the following exceptions: Each
individual container shall be labeled on the outside with NSN, Part
Number, Serial Number, Quantity, Nomenclature, Purchase Order Number,
and Line Item. Only Bar Coding of the NSN is necessary. The internal
packaging material shall be sufficient to prevent damage during
shipment, handling, and storage. Each unit shall be packaged to protect
against electrostatic damage. Preservation protection must be
sufficient to prevent corrosion, deterioration or decay during
warehouse storage for a period of one year, but no preservation coating
will be applied directly to the component. Packaging material shall NOT
consist of the following material: popcorn, shredded paper, styrofoam
of any type, or peanut style packaging. Components specified for
rework/overhaul are serial number tracked by the Coast Guard's Aviation
Computerized Maintenance System, (ACMS). The contractor shall maintain
a legible component tracking form for each item reworked or
overhauled. A sample of the tracking form shall be provided with the
proposal. The contractor shall review all manufacturers' service
bulletins, service information letters and equipment revisions for
applicability against the reworked item's part number. The closing date
for receipt of offers is 17 May, 2000, 3:00 pm, EST. Facsimile offers
are acceptable and may be forwarded via fax number 252-335-6452. Points
of contact are William D. Creef, Purchasing Agent, (252) 335-6640 or
Martha Hebrew, Contracting Officer, (252) 335-6557. Evaluation factor
for award of this requirement will be based on price. Offeror's are
instructed to include a completed copy of FAR provision 52.212-3,
Offeror Representations and Certifications-CommercialItems (Feb 2000)
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 (June 1999); FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items (May 1999); 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 (Jan 1999); FAR
52.222-36, 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 Workers with Disabilities (June
1998); FAR 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (Apr 1998); FAR 52.225-3, Buy American
Act-Supplies (Jan 1994); FAR 52.233-3, Protest After Award (Aug 1996);
FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-8, Cancellation,
Recission, and Recovery of Funds for Illegal or Improper Activity; FAR
52.203-10, Price or Fee Adjustment for Illegal or Improper Activity
(Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain
Federal Transactions; FAR 52.204-4, Printing/Copying Double-Sided on
Recycled Paper (Jun 1996); FAR 52.211-15, Defense Priority and
Allocation Requirements (Sep 1990); FAR 52.219-6, Notice of Small
Business Set-Aside (Jul 1986); FAR 52.243-1, Changes Fixed Price (Aug
1987) Alternate I (Apr 1984); FAR 52.245-1, Property Records (Apr
1984); FAR 52.247-34, FOB Destination (Nov 1991). 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 office, contracting officer, and solicitation
closing date. ATTENTION: Minority, Women-Owned and Disadvantaged
Business Enterprises(DBE's)! 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 04/26/00
(D-SN448705). (0117) Loren Data Corp. http://www.ld.com (SYN# 0147 20000428\16-0007.SOL)
16 - Aircraft Components and Accessories Index Page
|
|