Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
MODIFICATION

J -- Repapir HU25 Switches and Indicators

Notice Date
4/15/2002
 
Notice Type
Modification
 
Contracting Office
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
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-02-Q-100026
 
Response Due
4/18/2002
 
Point of Contact
Linda Clark, HU25 Contract Specialist, Phone 252-334-5212, Fax 252-334-5427, - Linda Clark, HU25 Contract Specialist, Phone 252-334-5212, Fax 252-334-5427,
 
E-Mail Address
LDClark@arsc.uscg.mil, LDClark@arsc.uscg.mil
 
Description
17. This amendment to Solicitation DTCG38-02-Q-100026 is hereby issued to clarify the scope of work that shall be required for this solicitation and provide for separately priced replacement parts as designated herein. Response date for those bidders that met the original closing date shall be 8 July 2002. NOTE: Firm-fixed prices quoted shall not include pricing for these replacement parts. Revised quotes shall require a separate price for each level of work as described in the statement of work. SCOPE: This Statement of Work (SOW) defines the levels of inspection, repair and overhaul of the Hydraulic Pressure Switch (P/N 1-1213-KB), Triple Gage Indicator (P/N 64845-201-1) and Low Pressure Warning Switch (P/N 1914HJ) which is the basis for a Firm Fixed Price contract with the Coast Guard. Work performed under this SOW shall be performed by a Federal Aviation Administration (FAA) authorized repair center, which has experience in repairing like or similar items. BACKGROUND: The Hydraulic Pressure Switch (P/N 1-1213-KB), Triple Gage Indicator (P/N 64845-201-1) and Low Pressure Warning Switch (P/N 1914HJ) currently installed on the HU25 have a high failure rate. The primary objective of this SOW is to have these components repaired or overhauled in the most economical method and provide the Coast Guard with reliable component and increase mean time between failure. REQUIREMENTS: The contractor shall develop and provide the Coast Guard with a Firm-Fixed Pricing schedule for the following levels of repair In Accordance With (IAW) applicable Component Maintenance Manuals (CMMs) listed in this SOW for the following components: Hydraulic Pressure Switch (P/N 1-1213-KB), Triple Gage Indicator (P/N 64845-201-1) and Low Pressure Warning Switch (P/N 1914HJ) Hydraulic Pressure Switch (P/N 1-1213KB), CMM 29-30-05 Inspect/Repair as necessary. Overhaul consists of inspecting, repairing and replacing major components. Components shall be replaced as necessary. The following parts shall not be included in the firm, fixed, price quote and shall be priced separately: Filter (P/N 1-1087AA01) Restrictor (P/N 1-1087AB00-03) Contact Assembly (P/N 1-1213KB02) Nipple (P/N 1-1087ZE00-02) Tube Assembly (P/N 1-1213-01-1). All components found unserviceable IAW CMM 29-30-05 shall be replaced. Any defects found in the Contact Assembly (P/N 1213KB02 or Tube Assembly (P/N 1-1213-01-1) are not permissible and shall be replaced. The contractor shall completely test the Hydraulic Pressure Switch IAW the test procedures described IAW 29-30-05 upon completion of any work. Triple Gage Indicator (P/N 64845-201-1), CMM 29-30-10 Inspect and repair as necessary. Overhaul: Consists of inspecting, repairing and replacing major components. Components shall be replaced as necessary. The contractor shall completely test the Triple Gage Indicator IAW the test procedures described IAW CMM 29-30-10 upon completion of any work. Low Pressure Warning Switch (P/N 1914HJ), CMM 31-09-03 Inspect and repair as necessary. Overhaul: Consists of inspecting, repairing and replacing major components. Components shall be replaced as necessary. The following parts shall not be included in the firm, fixed, price quote and shall be priced separately: Receptacle Electrical Connector P/N 52.02.E10.6P Arm Assembly, Fixed Contact P/N 1914.AA.03 Arm Assembly, Moving Contact P/N 1914.AA.02 Bellows Assembly P/N 1914.FA.01 The contractor shall completely test the Low Pressure Warning Switch IAW the test procedures described IAW CMM 31-09-03 upon completion of any work. DELIVERABLES -- The Contractor shall provide a Federal Aviation Administration airworthiness form 8130-3 with each component repaired or overhauled. The Contractor shall provide the CG Contracting Officer with a statement describing the work accomplished and parts replaced. ber, Line Item Number. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period not less than one year. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut style packaging. Bar coding is authorized, however, not mandatory. Only when an AOG situation occurs, the outside of the shipping container will be marked in highly visible lettering "A.O.G.". The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. DELIVERY: Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909. F.O.B. destination applies and any offers submitted on a basis other than f.o.b. destination may not be considered. INSPECTION/ACCEPTANCE: Inspection shall be by Certificate of Conformance and acceptance shall be performed by ARSC receiving personnel at destination. Required delivery is 60 days after receipt of material. Reconditioned/Used material is not acceptable. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.212-1 Instructions To Offerors Commercial Items (Oct 2000) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) Award will be made to the offeror who submits the lowest price technically acceptable offer FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2002) Alt I (Oct 2000). These certifications must be included with quotation, copies may be obtained by calling the Agency FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002) ADDENDUM FAR 52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been repaired in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. FAR 52.246-11 Higher-Level Contract Quality Req (Feb 1999) The contractor shall provide and maintain a quality system equal to ISO 9001, ISO 9002, ANSI/ASQC, Q9001, Q9002 or a higher-level system acceptable to the Government. contractor shall state quality system to be used in performance of this contract. FAR 52.246-15 Certificate of Conformance (Apr 1984) FAR 52.247-48 F.O.B. Destination (Feb 1999) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the Full Text of a clause may be accessed electronically at this internet address; www.deskbook.osd.mil. End of Clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2001) FAR 52.203-6, Restrictions on Subcontractor sales to the Government, with Alternate I (41 U.S.C. 253(g) and 10 U.S.C. 2402) FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (E.O. 11246) (Apr 2002) FAR 52.222-35, equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) ) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212) FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126) FAR 52.225-13, Restriction on Certain Foreign Purchases, (E.O. 12722, 13059, 13067, 13121, and 13129) 52.225-16 Sanctioned European Union Country Services. (E.O. 12849) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration End of Clause 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. FAR 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990); Closing date and time for receipt of offers is April 15, 2002, 4:00 pm, Eastern Standard Time. Anticipated award date is May 24, 2002. All responsible sources may submit a proposal which shall be considered by the Agency. Facsimile Offers are acceptable and may be forwarded via fax number 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price for base and each ordering period and extended price; FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 01-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-02-Q-100026/listing.html)
 
Record
SN00131053-F 20020803/020801222155 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.