Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2003 FBO #0498
MODIFICATION

16 -- Repair/Overhaul of Leading Edge Slats

Notice Date
4/10/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Direct Reports, 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
DTCG38-03-Q-100027
 
Response Due
5/28/2003
 
Archive Date
6/12/2003
 
Point of Contact
Vergie Hall, HU25 Contract Specialist, Phone 252-335-6562, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
VHall@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for the repair/overhaul of commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This Request for Quotation (DTCG38-03-Q-100027) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-13. This is a limited source procurement. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price requirements contract. The award will be in accordance with FAR 6.302-1. The USCG intends to negotiate and award to the authorized OEM (Original Equipment Manufacturer), repair center, Dassault Falcon Jet, Teteroro, NJ 07608, or any source who can obtain adequate technical data, tooling and fixtures to meet the OEM?s critical profile and contour dimensions specified by the OEM drawings, for the repair/overhaul of Leading Edge Slats, CLIN 1: 1 EA, Either P/N MY2014710G01, MY2014710G02, MY20147-10-17, MY2014710G03, MODIFIED to P/N 925-267-2, or P/N 925-267-2; CLIN 2: 1 EA, Either P/N MY2013710G01, MY2013710G02, MY20137-10-16, MY20-137-10/17, MY2013710G03, MODIFIED to P/N 925-267-1, or P/N 925-267-1; CLIN 3: Either P/N MY2014730G02, MY20147-30/17, MY20-147-30/17, MY2014730G01, MY2014730G03, MODIFIED to P/N 925-267-4, or P/N 925-267-4; CLIN 4: 1 EA, Either P/N MY2013730G01, MY2013730G02, MY20137/30/17, MY2013730G02, MY2013730G03, MODIFIED to P/N 925-267-3, or P/N 925-267-3, CLIN 5: 1 EA, Either P/N MY20-147-50/17, MY2014750G01, MY2014750G02, MODIFIED to P/N 925-267-6, or P/N 925-267-6; CLIN 6: 1 EA, Either P/N MY20-137-50/17, MY2013750G01, MY2013750G02, MODIFIED to P/N 925-267-5, or P/N 925-267-5, for a base year and 4 one-year option periods. A PROPOSAL TO INCLUDE THE BASE YEAR AND ALL 4 OPTION PERIODS IS REQUIRED. Interested parties may submit a proposal, which shall include a performance work statement, performance metrics and incentives program, identification of key personnel, quality certifications, data package, past performance, subcontracting plan in accordance with FAR Clause 52.219-9 or a request for waiver if no subcontracting opportunities, and a price proposal for the following : U.S. COAST GUARD, HU25 SLAT REPAIR/OVERHAUL, STATEMENT OF OBJECTIVES 1.0 BACKGROUND The U.S. Coast Guard currently operates twenty (20) HU-25 aircraft manufactured between 1982 and 1984 by Dassault-Breguet Aviation SA-Avions Marcel. These aircraft are used differently from general aviation as HU-25 missions frequently operate within salt-laden environments. This condition accelerates the corrosive attack to the HU-25?s leading edge slats. Over the years the slats have been cannibalized and repaired several times. Repaired slats do not meet the Original Equipment Manufacturer?s (OEM?s) critical profile and contour dimensions for fit to aircraft which contributes to excessive labor hours during installation. History shows that a complete disassembly of HU-25 slats is necessary for thorough inspections, which commonly require outer skin replacement. Slats are serial number tracked under the Coast Guard?s Aviation Computerized Maintenance System (ACMS). This tracking also provides a historical record of repair, overhaul, and item location. In order to maintain better configuration control, the Coast Guard has assigned and labeled slats with unique Coast Guard part numbers reflecting complete slat assemblies (see ARSC Control Drawing 925-267). 2.0 OBJECTIVE A. The Coast Guard?s objective is to obtain services of a Federal Aviation Administration (FAA) authorized repair center to effectively repair/overhaul and provide complete, ready-to-install HU-25 slat assemblies. Repaired/overhauled slats must meet the OEM?s critical profile and contour dimensions to ensure the fit to aircraft with minimal trimming and adjustment during slat installation. In addition, corrosion preventative steps shall be incorporated during repair/overhaul. The Coast Guard anticipates two levels of repair for leading edge slats. First, a ?baseline repair? would be required for slats that are subject to limited damage, such as exterior corrosion or impact damage. This would require skin replacement and hardware. Second, ?overhauls? would be required for slats that also exhibit significant wear and/or internal corrosion. The offeror shall provide a cost break down for items above and beyond a baseline skin replacement. At a minimum, these two levels of service should be addressed in the offeror's technical and cost proposal. Offeror?s may propose additional levels of service. The offeror is responsible for all necessary functions to perform services requested. This includes, but is not limited, required tooling, test equipment, parts, material, engineering services, management, maintenance, non-serviceable slat storage, preservation, shipping, etc., to repair/overhaul slats. The offeror?s responsibilities to Coast Guard ACMS consist of ensuring that the significant component history corresponds with the component, and that all OEM service bulletins remain incorporated upon completion of work. Under a performance-based contract structure, performance metrics and service level agreements will be used to monitor the performance of this contract. The Coast Guard Aircraft Repair and Supply Center?s (ARSC) HU-25 Product Line and the winning offeror will baseline and monitor progress using agreed-to performance metrics and service level agreements. B. To meet the Coast Guard?s objectives the offeror will be required to meet the following criteria: 1. Technical a. Provide detailed work specifications for slat baseline repair and overhaul b. Provide a written Performance Metrics plan TO INCLUDE INCENTIVES AND DISINCENTIVES THAT ARE DIRECTLY RELATED TO METING OR EXCEEDING MISSION CRITICAL PERFORMANCE METRICS. c. Provide evidence of and ability to maintain a Quality System acceptable to the Coast Guard d. Either possess or show ability to obtain adequate technical data, tooling and fixtures to meet the OEM?s critical profile and contour dimensions per the OEM drawings listed in paragraph 3.0. e. Provide separate price breakdowns for slat baseline repair and overhaul Note: The Coast Guard considers a baseline repair as replacement of slat skins and required hardware to make complete slat assemblies. An overhaul is considered over and above the repair scope and includes replacement of internal assemblies and costly cannibalized components (i.e. bearing and rail supports, internal structures, rails, movable rib assemblies, etc.) 2. Past Performance a. Provide documentation for having performed repair/overhaul of similar or like items b. Provide Points of Contact for past performance documentation for the past two years. Include references? name, company, phone number, and e-mail address. 3.0 APPLICABLE DOCUMENTS The following Technical Specifications are applicable: a. OEM drawings: 1. M20H137010B1, slat series, Inboard Slat 2. M20H137030B2, slat series, Center Slat 3. M20H137050B1, slat series, Outboard Slat b. OEM Service Bulletins (SB-). 1. SB-717 Ice and Rain Protection Slat Anti-icing Air Flow Rate Limitation and Air Jet Deviation (Dated 15 Sept 92) 2. SB-720, Leading Edge Slats Elimination of Klegecell (Dated 27 Oct. 93). 3. SB-723, Center and outboard Leading Edge Slats Elimination of Internal Heat insulation (Dated 29 June 94) c. CG Technical Orders: 1. CGTO 1U-25A-2, Chapter 57-50-30, pages 1 through 803 (HU-25 Maintenance Manual) 2. CGTO 1U-25A-3 (Structural Repair Manual) 3. CGTO 1U-25A-4, Chapters 57-50-55 and 57-50-65 (Illustrated Parts Catalog) d. CG Drawings: 1. ARSC Drawing #925-158; HU-25 Slat Skin (Oversize dimensions) 2. ARSC Drawing #925-267; Slat Configuration Control Note: Modifications or acceptable alternatives to CG drawings must be approved by the U.S. Coast Guard?s HU-25 Engineering Cell at ARSC. e. Data Availability: 1. OEM Service Bulletins and specifications are proprietary and cannot be provided by the Coast Guard. 2. Coast Guard specific CGTOs, and ARSC Drawings can be acquired through the Freedom of Information Act (FOIA). Submit a written request to: Commanding Officer Attn: ARSC FOIA Officer United States Coast Guard Aircraft Repair & Supply Center Elizabeth City, NC 27909 The OEM for the above items is Dassault-Breguet Aviation SA-Avions Marcel. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Desired Delivery is 30 days after receipt of delivery order and material and Required Delivery is 120 days after receipt of delivery order and material. F.O.B will be DESTINATION. Each piece of equipment shall be packaged in accordance with ASTMD 3951-98 dated 10 Nov 98 to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Material shall be marked in accordance with ASTMD 3951-98 dated 10 Nov 98. Items must be individually packed in a separate box; suitable for shipment via land, air, or sea. Each package shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of 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. AOG situations require highly visible lettering on the outside of the container. All items for each year are deemed flight critical in USCG missions. Inspection shall be by COC (Certificate of Conformance) and acceptance shall be performed by ARSC Quality Assurance Personnel. Anticipated award date is 04 Aug 03. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: 52.212-1 Instructions to Offerors ? Commercial Items (Oct 2000); 52.212-2 Evaluation ? Commercial Items (Jan 1999), award will be made utilizing the following factors, in descending order of importance, The Coast Guard intends to award one contract to the Contractor whose proposal is identified as offering the best value solution. ? The Source Selection Team (SST) may determine the best value for the Coast Guard merits a higher price based on technical superiority. The SST, using sound business judgment, will base the selection decision on an integrated assessment of the proposal?s relative capability as measured against the below evaluation factors: o Factor 1 ?Technical/Management Solution/Approach o Factor 2 ? Performance Measures and Metrics o Factor 3 ? Past Performance o Factor 4 ? Cost/Price Factor 1 and Factor 2 are equal and each is significantly more important than Factor 3. While the Cost/Price is an important part of the integrated selection decision, the non-Cost/price factors are significantly more important than the Cost/Price factor. Cost/price will become increasingly important as proposal evaluation ratings for technical factors approach equal. Encl: (1) Detailed factors DETAILED FACTORS Factor 1: Technical Management/Solution/Approach The technical/management solution/approach will be evaluated for its quality and evidence of extent to which Contractor?s solutions will achieve Coast Guard objectives of slat refurbishment (repair/overhaul). The evaluation will include an assessment that the solution adheres to sound engineering, design and management practices and that the Contractor has a complete understanding of the objectives, constraints and is customer focused. Evidence of the quality of the technical management/solution/approach includes: (a) A comprehensive performance work statement and contract breakdown structure that identifies the services to be delivered to meet the program and mission requirements set forth in the statement of objectives. (b) A sound technical proposal that clearly demonstrates how implementation of the proposed solutions will deliver timely, stable, reliable, secure, flexible, responsive, compliant and cost effective services. (c) A sound partnering approach to management that demonstrates the ability to aggressively identify and apply information technology solutions to business processes. The management approach needs to provide: ? Highly qualified and experienced key personnel with a proven track record of success in providing large enterprise-wide managed services under performance based arrangements. ? Clear lines of communication between the Contractor?s team and the Coast Guard for timely problem identification, mitigation and resolution. ? Active and continuing participation and involvement of senior corporate executives in ensuring the success of this program. (d) The Contractor?s validated process and procedures that ensure high quality performance. E.g., ISO 9000 type or other quality certifications. Factor 2: Performance Measures and Metrics The offered performance metrics and service level agreements will be evaluated for the extent they are: (a) Comprehensive in their ability to quantify, measure, track, and report operational performance relating to both system and management performance as well as achievement of Coast Guard objectives, (b) Identifying the highest level of service consistent with cost effectiveness, (c) Tied to performance incentives and disincentives that are directly related to meeting or exceeding mission critical performance metrics. Factor 3: Past Performance The past performance evaluation will examine how the Contractor?s past and present performance validates expected performance and customer satisfaction. The Coast Guard may use data obtained from other sources to conduct the past performance assessment, as well as that provided in the proposal. The past performance evaluation will also examine the Contractor?s actual performance on repair/overhaul of similar or like items. This review will focus on the scope and complexity of the efforts, the performance measures/service levels applied, and the actual results achieved against those measures. Factor 4: Cost/Price Each Contractor?s cost/price proposal will be evaluated based on the following: (a) Evaluation of proposed price/cost (b) Reasonableness: Reasonableness will be established by the existence of adequate price competition and by comparing all, or a representative sample of the proposed prices/costs to industry average rates and/or rates from other contracts for similar work, etc. (c) Realism: A realism assessment will be accomplished by technical review and evaluation of the skill mix, specific hours, and material kinds and quantity for each identified CLIN/SubCLIN in the Contractor?s proposed cost/price proposal. The intent of the evaluation is to determine whether the estimated proposed price/cost elements are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the approach described in the Contractor?s technical proposal. 52.212-3 Offeror Representations and Certifications - Commercial Items (Jul 2002) Alternate I (Apr 2002) Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2002) ADDENDUM 52.215.20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) Alternate IV (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. 52.216-18 Ordering (Oct 1995) (a) date of award through 5 years thereafter 52.216-19 Order Limitations (Oct 1995) (a) 1 each (b)(1), 2 each (b)(2), 12 each (b)(3), 60 calendar days (d) 15 calendar days 52.216-20 Requirements (Oct 1995) (f) September 30, 2008 52.219-16 Liquidated Damages ? Subcontracting Plan (Jan 1999) 52.222-49 Service Contract Act ? Place of Performance Unknown (May 1989) (a) Wilmington, Delaware (b) 4:30 p.m., 23 May 2003 52.246-2 Inspection of Supplies ? Fixed Price (Aug 1996); 52.246-4 Inspection of Services ? Fixed Price (Aug 1996); 52.246-15 Certificate of Conformance (Apr 1984), and the Coast Guard?s required Airworthiness Certification Requirements. 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998). The full text of the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil. End of Clause In conjunction with FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following information is provided and identifies the classes of service employees to be employed under the contract and states wages and fringe benefits payable to each if they were employed the contracting agency subject to the provisions of 5. U.S.C. 5341: THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. Employee Class: Aircraft Quality Control Inspector, $21.47 per hour, Aircraft Mechanic, $20.28 per hour; Sheet Metal Worker, $20.28 per hour, Annual Leave: Two hours per week for service less than three years; three hours per week for service of three years but less than 15 years; and 4 hours per week for service for 15 years or more. Paid Holidays: Ten per year. Government?s contribution to sick leave and to life, accident and health insurance: 5.1 percent of basic hourly rate. Government?s contribution to retirement pay: 7 percent of basic hourly rate. 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders ? Commercial Items (Apr 2003) 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)) 52.219-9 Small Business Subcontracting Plan (15 U.S.C. 637(D)(4)) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (E.O. 13126) 52.225-13 Restrictions on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129). 52.232.33 Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999) (31 U.S.C. 3332) 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq); 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351 et seq) 52.222-43 Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) End of Clause Wage Determination 1994-2098, Revision 13, dated 24 Oct 02 is incorporated in this solicitation and any resulting contract and is available upon request by the agency. ATTENTION: Minority, Women-owned and Disadvantaged Businesses (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 on STLP, call 1-800-532-1169, Internet address: http//osdbuweb.dot.gov.***** 52.211-15 Defense Priority and Allocation Requirements (Sep 1990) Closing date and time for receipt of offers is May 28, 2002, 4:30 p.m., Eastern Daylight Savings Time. PRICES MUST REMAIN EFFECTIVE FOR 90 DAYS AFTER CLOSING OF SOLICITATION. Facsimile offers are acceptable and may be forwarded to 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I.
 
Record
SN00300360-W 20030412/030410213048 (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.