Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2003 FBO #0580
SOLICITATION NOTICE

J -- J = Repair HU25 Environmental Control Unit

Notice Date
6/30/2003
 
Notice Type
Solicitation Notice
 
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-100024
 
Response Due
7/18/2003
 
Archive Date
8/2/2003
 
Point of Contact
Linda Clark, HU25 Contract Specialist, Phone 252-334-5212, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
LDClark@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
Description
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 announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation, DTCG38-03-Q-100024 incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-13. The North American Industry Classification System number is 336413. The small business size standard is 1000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures In Accordance With (IAW) FAR Part 13.5. The award will be IAW FAR 6.302-1. ORDERING PERIODS: The contract will be awarded as a firm-fixed price contract for a base period of three years and one option period of two years. The base period will begin on date of contract award and run through 30 September 06, with the option period renewable at the expiration of the base period. The total contract period shall not exceed five years. The decision to exercise the option shall be at the sole discretion of the government. The Statement of Work (SOW) defines the tasks for the inspection and repair of HU-25 P/N 2201160-5-1, Environmental Control Unit (ECU) Duct Assembly. The contractor shall submit prices for the following contract line items. Note: In order to be considered for award, price must be submitted for each line item and cover each year of the base and option period. Only one contract will be awarded as a result of this solicitation. CLIN 1 – 1560-01-074-2782, P/N 2201160-5-1, ECU Duct Assembly – Repair with new heat exchanger, (P/N 191292-1), estimated quantity of 10 each for each year of the base and option year periods. CLIN 2- 1560-01-074-2782, P/N 2201160-5-1, ECU Duct Assembly – Repair with restored heat exchanger, (P/N 191292-1), estimated quantity of 20 each for each year of the base and option year periods. CLIN 3 – Government Property Report *NSP CLIN 4 – Standard Form 294 *NSP CLIN 5 - standard Form 295 *NSP *NOT SEPERATELY PRICED (NSP). BACKGROUND: The ECU provides air conditioning to the crew; essential cooling to the aircraft’s electronic instruments, and maintains cabin air pressure in the Coast Guard’s HU-25 aircraft. ECU discrepancies are a result of ECU subcomponent failure and could impact aircraft safety and mission capabilities of all HU-25 flights. SCOPE OF WORK: The contractor shall be a Federal Aviation Administration (FAA) authorized repair center who has demonstrated experience in the repair of HU-25 ECU’s or similar items. All work performed by the contractor shall be in accordance with (IAW) Component Maintenance Manual (CMM) Publications, Original Equipment Manufacture’s (OEM) specifications, drawings and service bulletins. The contractor shall obtain all CMM Publications, OEM specifications, drawings, and service bulletins required to perform the requirements of the contract. Honeywell International, Defense and Space, 1300 West Warner Road, Tempe, AZ 85285-2200 is the OEM. The offeror is responsible for all necessary functions to perform services requested. This includes, but is not limited, necessary labor, tooling, test equipment, materials, parts and facilities to repair the units listed to meet current minimum functional performance and test specifications designed by the original equipment manufacturer (OEM), Honeywell International. The Coast Guard does not own nor can it provide CMM Publications, OEM specifications, drawings, and service bulletins. APPLICABLE DOCUMENTS: CMM 21-52-04 dated 01 March 1987. REQUIREMENTS: The contractor shall inspect for unusual damage or missing parts and report any such findings to the Contracting Officer. Contractor shall not proceed with repairs in the case of unusual damage or missing parts until written approval is received from the Contracting Officer. Any work performed which exceeds the negotiated prices in this contract without prior approval by the Contracting Officer shall be at the expense of the contractor. The contractor shall correct all deficiencies and make all repairs to the ECU in conformance to current OEM specifications and technical specifications. The contractor shall replace any missing, cannibalized or broken parts with new parts, OEM approved used parts or CG furnished parts. The contractor shall provide all OEM maintenance, repair and overhaul manuals and specifications and provide access to their facility to Defense Contract Management Agency (DCMA) or designated CG representative for inspection. The CG does not own nor can it provide OEM manuals and specifications. Upon notice by the Contracting officer that a new Time Compliance Technical Order (TCTO) or Service Bulletin (SB) is required, the contractor shall submit a firm-fixed price proposal. The proposal shall include the additional number of labor hours and a cost breakdown of the material for inclusion and a proposed delivery schedule. The contractor shall not proceed with incorporation into the component until a firm-fixed price delivery schedule is negotiated and authorization to proceed is received from the contracting officer. The authorized Time Compliance Technical Order (TCTO)/Special Compliance Technical Order (SCTO) or SB shall be incorporated into each subsequent component received at the repair facility at the firm-fixed price established and listed as a separate item in the contractor’s invoice. QUALITY: The contractor shall provide and maintain a quality system in compliance with ISO 9001 or ISO 9002, or a Quality System that is acceptable to the government certification requirements. INSPECTION/ACCEPTANCE: Inspection will consist of Defense Contract Management Agency (DCMA) inspection and verification that the contractor has utilized FAA Certificate of Conformance (COC) tags and that services have been accomplished IAW this contract. The CG reserves the right to retain the DCMA inspection services or a designated CG representative at the contractor’s facility. Acceptance shall be performed by ARSC receiving personnel at destination. PACKAGING AND MARKING: The contractor shall comply with ASTM D 3951-98, approved Nov. 10, 1998, Commercial Packaging, Shipping and Storage Procedures. Each individual container shall be labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, 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 with a temperature ranging from 95 to 40 degrees Fahrenheit and high humidity 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.". 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. Desired turn-around time is 60 days after receipt of material. SPECIAL CONTRACT REQUIREMENTS: Government Property Furnished For Repair: Failure of the Government to furnish such items in the amounts or quantities described in the Schedule of Supplies/Services as “estimated” or “maximum” will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. The Government reserves the right to do depot level repair of the components described in the Schedule of Supplies/Services. CONTRACTOR Verification of Receipt of Reparable Items: Upon receipt of the items, the contractor shall notify the contracting officer in writing, providing the following information: (1) date component(s) received; (2) confirmation of the part number and serial number. (3) any discrepancies of the contract/order and the material received. Notification via facsimile is acceptable. (Fax No. (252) 334-5427. Service Bulletins - All service bulletins if not previously accomplished, shall be identified to the Contracting Officer. The contractor is responsible for obtaining service bulletins. Upon receipt of an ECU requiring incorporation of such service bulletins, the contractor shall prepare a firm fixed price proposal IAW instructions listed below. Service bulletins created and incorporated during performance of this requirement may create new part number configurations, which supercede the previous configuration. In cases where the old configuration cannot be modified to the new, the new part number may be added to the contract. The contractor shall notify and request disposition instructions from the Contracting Officer for superceded parts, which have been removed and replaced by new part number configurations. Upon receipt of notification from the Contracting Officer that a service bulletin is required, the Contractor shall submit, within thirty (30) calendar days after receipt of the notification, a firm-fixed price proposal for an incremental charge to be assessed each time the service bulletin is incorporated in a component. The proposal shall contain a breakdown of material and labor costs including hours, labor categories, labor rates, and applicable mark ups. The incremental charge agreed to for incorporation of a service bulletin shall apply only to those components into which the Contractor incorporates a required service bulletin, not those into which the service bulletin has been previously incorporated. Upon agreement of an incremental charge and issuance of a contract modification to reflect this change, the service bulletin shall be incorporated into each subsequent component received at the repair facility if said service bulletin has not already been incorporated. When service bulletin incorporation changes the Contract Line Item Number (CLIN) part number, the new part number shall be added to the contract. The same procedures apply if removal of service bulletins is required. Exclusions - Components received, which indicate obvious misuse, cannibalization, or severe damage due to mishandling or crash damage may dictate an exclusion from the prices specified in the schedule. Such components shall be inspected, repair costs determined, and authorization to proceed obtained from the Contracting Officer prior to commencement of repair/overhaul. If the contractor considers a component is a candidate for exclusion, he shall immediately notify the Contracting Officer. (Verbal notification to the Contracting Officer shall be confirmed in writing). The contractor shall submit a proposal to cover the cost of the exclusion repair (the costs over and above the firm-fixed repair price) within thirty (30) calendar days after such notification. The proposal shall include: nomenclature, part numbers, cost and quantity of replacement parts, and total labor hours. Contractor shall verify cost of parts with invoices or catalogs, and shall provide a condition report. The contractor’s delivery obligation for the component(s) identified shall be suspended as of the date of notice to the Contracting Officer. The Contracting Officer will (within 30 calendar days after receipt of the contractor’s written proposal) make a written determination (subject to the “Disputes” Clause) as to whether or not the component is an “exclusion”. The contractor’s delivery obligation for the component(s) identified shall resume upon receipt of the Contracting Officer’s determination. EXAMPLE OF EXCLUSION PROPOSAL $______ The firm-fixed price per unit as stated on page 2, Addendum 1 of the contract. $______ The proposed costs above the firm-fixed price to repair the item. This section of the proposal shall include the information identified above. VALUE OF GOVERNMENT PROPERTY: In accordance with FAR 45.505-2(b)(2), the value of government property to be shipped under this contract is as follows: ECU Duct Assy P/N 2201160-5-1 $36,387.00 each DEFINITIONS: Cannibalized Components – The obvious removal of ready for issue detail part(s) or subassembly(ies) and replacement with unserviceable part(s)or subassembly(ies). Any detail part(s) or subassembly(ies) which are suspect of cannibalization will show damage inconsistent with remaining detail parts of a component. Unusual Damage – damage resulting from customer negligence in use or maintenance, acts of God, war, accident, foreign object damage (not domestic object damage), and crash damage. Corrosion – Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. The contractor is advised to expect corrosion on equipment to be repaired/overhauled under this requirement. During a repair/overhaul, the presence of corrosion in an assembly or component thereof shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made only to the extent necessary to remove corrosion or replace the part(s) affected. Corroded parts shall be replaced except in those cases where removal of corrosion from a part will not impair efficiency or safe operation of the part. Corrosion removal and treatment of affected areas shall be accomplished IAW OEM’s current specifications, drawings, and CMM, or shall meet the Contracting Officer’s approval when OEM specifications do not exist or are not clear. The contractor shall provide for effects of and removal of corrosion in the firm-fixed repair/overhaul price. 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 utilizing the following factors, in descending order. 1. Offeror who meets the requirements of the solicitation – written documentation shall be provided with proposal stating contractor has or can acquire access to all OEM drawings, specifications, tools, fixtures and parts prior to contract award. 2, Past performance – provide documentation for having performed repair of similar or like items; provide points of contact for past performance documentation for the past 2 years. Include references name, company, phone number & e-mail addresses.. 3. Price 52.212-3 Offeror Representations and Certifications Commercial Items (Jul 2002) Alt I (Oct 2000). These certifications must be included with quotation, copies may be obtained by calling the Agency or by downloading the document from FedBizOps as posted under this solicitation. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002) ADDENDUM 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. 52.216-18 Ordering (Oct 1995) at any time during the effective term of the contract including the effective period of any option(s) exercised. 52.216-19 Order Limitations (Oct 1995) (a) 1 each (b)(1) 2 each (b)(2) 10 each (b)(3) 60 calendar days (d) 15 calendar days 52.216-21 Requirements (Oct 1995) (f) 25 September 2009 52.217-5 Evaluation of Options (Jul 1990) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) para (a) – within the 30 day period prior to contract or option period expiration. para (c) – 5 years 52.219-16 Liquidated Damages – Subcontracting Plan (Jan 1999) 52.222-49 Service Contract Act – Place of Performance Unknown (May 1989) (a) Phoenix, AZ (b) 4:00 p.m., 9 June 2003 52.245-1 Property Records - (Apr 1984) 52.245-2 Government Property (Fixed-Price Contracts) (Dec 1984) 52.246-2 Inspection of Supplies – Fixed Price (Aug 1996) 52.246-4 Inspection of Services – Fixed Price (Aug 1996) 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. The contractor shall state quality system to be used in performance of this contract. 52.246-15 Certificate of Conformance (Apr 1984), and the Coast Guard’s required Airworthiness Certification Requirements. 52.247-48 F.O.B. Destination (Feb 1999) 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.arnet.gov/far/ TRANSPORTATION ACQUISITION REGULATION (48CFR CHAPTER 12) CLAUSES 1252.219-70 Small Business and Small Disadvantaged Business subcontracting reporting. 1252.222-90 Local hire. (USCG) (Nov 2000) 1252.245-70 Government Property Reports (Oct 1994) (a) The Contractor shall prepare an annual report of Government property in its possession and the possession of its subcontractors. (b) The report shall be submitted to the Contracting Officer not later than September 15 of each calendar year on Form DOT F 4220.43, Contractor Report of Government Property End of Clause In conjunction with FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, under FAR 52.212-5 Contract Terms and Conditions to implement Statutes or Executive Orders (Apr 2003), the following information is provided and identifies the clauses of service employees to be employed under the contract and states wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. Employee Class: Aircraft Mechanic $19.58 per hour, Aircraft Quality Control Inspector $20.53 per hour, Electronics Technician Maintenance 1 $16.83 per hour. Fringe Benefits Required: HEALTH & WELFARE - $2.36 an hour or $94.40 a week or $409.07 a month. VACATION: - 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and a4 we3eks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Req. 29 CFR 4.173) HOLIDAYS: - A minimum of ten paid holidays per year. Wage Determination No. 1994-2023 is applicable to this solicitation and any contract awarded as a result of this solicitation and is available upon request by the agency or by download from the FedBiOps web site. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2003) 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) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3) 52.219-9, Small Business Subcontracting Plan (Jan 2002) 52.222-3, Convict Labor (Aug 1996) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) (Apr 2002) 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 and 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, Restriction on Certain Foreign Purchases, (E.O. 12722, 13059, 13067, 13121, and 13129) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 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 CFR part 4 and 5 U.S.C. 5341 or 5332) 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). (41 U.S.C. 351, et seq.) End of Clause 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. 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990); Closing date and time for receipt of offers is Jul 18, 2003, 4:00 pm, Local Time. Anticipated award date is July 10, 2003. All responsible sources may submit a proposal which shall be considered by the Agency. 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 and MUST include the required FAR 52.212-3 Offeror Representations and Certification-Commercial Items (Jul 2002) of copies, available by calling the agency or by downloading the document from FedBizOps as posted under this solicitation. Facsimile Offers are acceptable and may be forwarded via fax number 252-334-5427, attention Linda Clark. Electronic submission may be sent to ldclark@arsc.uscg.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/DTCG38-03-Q-100024/listing.html)
 
Record
SN00360934-F 20030702/030630221707 (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.