Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,2000 PSA#2664

Department 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 -- PROTOTYPE OF TURBINE INLET TEMPERATURE INDICATOR SOL DTCG38-00-Q-30028 DUE 090100 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://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG38-00-Q-30028&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 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 for the procurement of one prototype which will consist of five indicators for first article testing and will be referred to as the SHIPSET throughout the remainder of this synopsis/solicitation. Successful testing of the SHIPSET, in accordance with the test procedures listed in this synopsis/solicitation, will result in the order of 145 new replacement Turbine Inlet Indicators in accordance with the delivery schedule identified in this synopsis/solicitation. A written solicitation will not be issued. Solicitation number DTCG38-00-Q-30028 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request forProposal (RFP). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-18. This requirement is considered a small business set-aside; the Standard Industrial Classification Code is 3728 and the size standard is 1000 employees. This synopsis/solicitation is issued to locate a suitable replacement of the current TIT indicators: NSN 6685-00-148-8247, P/N 9A375; NSN 6685-00-933-7911, P/N DST29-3; and NSN 6685-00-937-4039, P/N 502BL10A. The C-130 Engineering Product Line at Aircraft Repair and Supply Center, Elizabeth City, NC, seeks an off the shelf or off the shelf with minor modification for replacement of the current indicators. The new indicator shall conform to the following requirements: The indicator must fit into the same existing space as the old indicator without any physical modification to the existing space. The current indicator dimensions are, 1.968 inches in diameter and 6.75 inches in length. The indicator must work on 115VAC 400 Hz aircraft power. The new indicator must indicate turbine inlet temperature both in analog and digital display while accepting current aircraft inputs. The temperature range shall be 0-1200 degrees centigrade. Overtemp indication shall be set at 1083 degrees with an accuracy of +/-6 degrees. The indicator must provide a visual indication and warning of over-temperature occurrences. The indicator must have a means of logging/storing and retrieval of logged/stored instances of over temperature occurrences. The indicator must be compatible with Night Vision Imaging Systems. Prior to production the ARSC C130 Engineering Cell will evaluate the first article for form, fit, and function within 145 days of receipt and through the Contracting Officer either require changes to meet form, fit, and function or approve with notice to begin production of the indicators. Evaluation/testing criteria will be, installing the indicators on a U.S. Coast Guard C130 for a period of 120 days of normal flight operations. In addition to normal flight operations the indicator will be checked in accordance with U.S. Coast Guard C130 Aviation Computerized Maintenance System procedures 77200.0 dated 09/01/98 on a biweekly basis. If the prototype fails the test criteria, the offeror will have 30 days to rectify the deficiencies and return the prototype unit for further testing. If the unit fails a second time, the government has the option of cancelling the contract and awarding to the next lowest offeror. The Delivery Schedule will be established as follows: The contractor within sixty (60) days of award of contract, shall deliver to ARSC C130 Engineering Cell one (1) Shipset of indicators for First Article evaluation. After successful completion of the prototype and First Article evaluation process, the U.S. Coast Guard will issue a delivery order for the procurement of the remaining 145 production TIT indicators in accordance with the following delivery schedule. The procurement schedule will be as follows: Year One, minimum quantity of 25, maximum 50. Year Two, minimum quantity of 50, maximum 120. Year three, minimum 25, maximum 50. Deliverables shall consist of one (1) SHIPSET of indicators for First Article Testing, production TIT indicators,(quantities as needed by the USCG), and 2 sets of overhaul and repair manuals with illustrated parts breakdown to be delivered with the first order of production TIT indicators. The contractor shall provide with the proposal and maintain throughout the life of the contract a quality system in compliance with ISO 9001 or ISO 9002, ANSI/ASQC Q9001, Q9002 or a Quality System that is acceptable to the government. A Certificate of Conformance with final inspection of all ordered quantities of production indicators to be accomplished by DCMC inspection at the contractor's facility. The contractor Packaging of the items for return shipment shall be in accordance with the Contractor's best commercial practices with the following exceptions: Each item or unit must be individually packed in a separate box, carton, or crate. 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. All components shall be 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. A copy of the tracking form shall be provided by request or upon award of the requirement. The closing date for receipt of offers is 01 September, 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-Commercial Items (Oct 1999) with their offers. Offerors that do not have access to these certifications may request a copy from the points 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 (Mar 2000); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2000); 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 (Oct 1999); FAR 52.222-36, Equal Opportunity (Jun 1998); 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 (Jan 1999); FAR 52.225-3, Buy American Act-Supplies (Feb 2000); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-8, Cancellation, Recision, 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 (Jun 1997); 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 ofSmall Business Set-Aside (Jul 1996); 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 08/11/00 (D-SN485095). (0224)

Loren Data Corp. http://www.ld.com (SYN# 0204 20000815\16-0010.SOL)

16 - Aircraft Components and Accessories Index  |  Issue Index |


Created on August 11, 2000 by Loren Data Corp. -- info@ld.com