Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2004 FBO #0893
SOLICITATION NOTICE

16 -- Repair and Overhaul of HU-25 Hydraulic Pumps

Notice Date
5/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-04-Q-101005
 
Response Due
6/21/2004
 
Archive Date
7/6/2004
 
Point of Contact
Caryn McGraw, HU25 Contract Specialist, Phone 252-335-6491, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
CMcGraw@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 (DTCG38-04-Q-100005) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-22. This is an unrestricted 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 contract. The award will be in accordance with FAR 6.302-1. The USCG intends to negotiate and award to an authorized OEM (Original Equipment Manufacturer), repair center, Parker-Hannifin, Irvine CA 92606-4997, or a Federal Aviation Administration authorized facility who can obtain required OEM repair/overhaul data, for the repair/overhaul of HU-25 Hydraulic Pump, NSN 1650-01-074-2803, p/n 40162, CLIN 1 Repair HU-25 Hydraulic Pump, NSN 1650-01-074-2803, p/n 40162; CLIN 2 Overhaul HU-25 Hydraulic Pump, NSN 1650-01-074-2803,p/n 40162, for a 3 year base period and one two-year option. Estimated quantities for all years of each CLIN are as follows: CLIN 1: 25 each; CLIN 2: 75 each. Estimated effective date for contract performance is 1 Oct 2004. The first year of the base period will be from 1 Oct 2004 (of effective date whichever is later) through 30 Sept 2005. Each successive year of base and option periods will run consequentively. Offeror shall submit prices for each year of the base and option periods. PROPOSALS THAT DO NO INCLUDE PRICES FOR ALL YEARS WILL NOT BE CONSIDERED. Interested parties may submit a proposal, which shall include a performance work statement, performance metrics, data package and incentives program, identification of key personnel, quality certifications, 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: HU25 HYDRAULIC PUMP (P/N 40162) REPAIR AND OVERHAUL STATEMENT OF OBJECTIVES MARCH 04 1.0 BACKGROUND The U.S. Coast Guard currently operates twenty three (23) HU-25 aircraft manufactured between 1982 and 1984 by Dassault-Breguet Aviation SA-Avions Marcel (Falcon Jet Corporation). Each aircraft is equipped with two ABEX Parker-Hannifin hydraulic pumps; ABEX Parker-Hannifin is the Original Equipment Manufacturer (OEM). The hydraulic pump is a variable speed, variable delivery, pressure compensated pump which delivers hydraulic fluid under pressure to the various aircraft hydraulic subsystems in response to subsystem demand. The pump requires an overhaul every 3,000 flight hours. 2.0 OBJECTIVE 2.1. The Coast Guard?s objective is to obtain services of a Federal Aviation Administration (FAA) authorized repair center or whoever can obtain OEM data to effectively repair and overhaul p/n 40162 hydraulic pumps. Hydraulic pumps must be repaired/overhauled in accordance with Original Equipment Manufacturer?s (OEM?s) specifications. The offeror is responsible for all necessary functions to perform services requested. This includes, but is not limited to required tooling, test equipment, parts, material, engineering services, management, maintenance, preservation, shipping, etc., to repair/overhaul hydraulic pumps. The offeror?s responsibilities to the Coast Guard consist of preparing and submitting a detailed work specification and cost breakdown structure for repair/overhaul and ensure that all Coast Guard Time Compliance Technical Orders (TCTOs) 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 selected offeror will baseline and monitor progress using agreed-to performance metrics and service level agreements. 2.2. To meet the Coast Guard?s objectives the offeror will be required to meet the following criteria: 2.2.1. Technical 2.2.1.1. Provide detailed work specifications for hydraulic pump repair/overhaul. 2.2.1.2. Provide a written Performance Metrics plan. 2.2.1.3 Provide evidence of and ability to maintain a Quality System acceptable to the Coast Guard. 2.2.1.4 Either possess or show ability to obtain adequate technical data, tooling and fixtures to meet the OEM?s form, fit and function characteristics. 2.2.1.5 Provide separate cost breakdowns for hydraulic pump repair and overhaul (labor and parts). 2.2.2. Past Performance 2.2.2.1. Provide documentation for having performed repair of similar or like items. 2.2.2.2 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: 3.1 CG Technical Orders (CGTO): 3.1.1. 1U-25A-4, HU25 Illustrated Parts Catalog (Chapter 29-11-10). 3.1.2. 1U-25A-11, HU25 Component Maintenance Manual (Chapter 29-11-25). Revision Date Feb 15, 2000 3.2. CG Time Compliance Technical Orders (TCTO) 3.2.1. No CG Time Compliance Technical Orders (TCTO) currently exist for this component. 3.3. Data Availability: 3.3.1. OEM drawings and specifications are proprietary and cannot be provided by the Coast Guard. 3.3.2. Coast Guard specific CGTOs, can be acquired through the Freedom of Information Act (FOIA). The contractor will be responsible for any charges, if any, incurred. 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 Parker Hannifin Corp. (Cage 3H889) 16666 Von Karman Avenue, Irvine, CA 92606-4997. 4.0 ACMS REQUIREMENTS 4.1 The Aviation Computerized Maintenance System (ACMS) is a computerized system used to record scheduled maintenance of aircraft components and assemblies. The Offeror's duties within ACMS consist of submission of required forms as outlined herein. The forms are considered deliverables under the contract, and noncompliance with the following instructions shall result in nonpayment of invoice. Items contained in the schedule of material are serial number tracked and should at time of receipt have a Contract Component Repair Record (CCRR) attached as well as a Significant Component History Record (SCHR). A blank CCRR (Attachment A) is attached to the solicitation of information purposes. Contractor shall verify SCHR and CCRR to ensure they correspond with component serial number and part number. Report discrepancies to the Contracting Officer prior to any work being performed. The SCHR remains with the material and is returned with the component after repair. The CCRR must be completed by the contractor and returned as indicated below. The contractor shall maintain a copy of each completed CCRR for a minimum of ninety (90) days. Submission of the CCRR by the contractor is required as follows: The Contracting Officer shall be contracted for disposition instructions for components considered to be beyond economical repair. In the event components are scrapped, the SCHR and CCRR are to be annotated ?Scrap? and mailed to FC BUSINESS SYSTEMS. Mail original to: FC BUSINESS SYSTEMS c/o Commanding Officer USCG Aircraft Repair & Supply Center Attn: ACMS Elizabeth City, NC 27909-5001 Attach one (1) copy to component repair invoice. (END OF STATEMENT OF OBJECTIVES) Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Station, Bldg. 63, Elizabeth City, NC 27909-5001. Desired Delivery is 30 days after receipt of delivery order and material. Required Delivery is 45 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 preformed by ARSC Quality Assurance Personnel. Anticipated award date is no later than 1 August 2004. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: 52.212-1 Instruction to Offerors- Commercial Items (Jan 2004) 52.212-2 Evaluation- Commercial Items (Jan 1999) DUE TO SPACE LIMITATIONS OF FEDBIZOPS, INTERESTED PARTIES CONTACT CARYN MCGRAW UNDER THIS PROVISION. 52.212-3 Offeror Representations and Certifications - Commercial Items (Jan 2004) Alternate I (Apr 2002) Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2003) ADDENDUM FEDERAL ACQUISITION REGULATION (48CFR CHAPTER 1) CLAUSES 52.215-20 Requirements for Cost and 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 of 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) 3 each (b)(2) 3 each (b)(3) 30 calendar days (d)15 calendar days 52.216-21 Requirements (Oct 1995) (f) Oct 1, 2009 52.219-16 Liquidated Damages- Subcontracting Plan (Jan 1999) 52.222-49 Services Contract Act- Place of Performance Unknown (May 1989) (a) Irvine, California (b) 4:30 p.m., 14 June 2004 52.245-1 Property Records (Apr 1984) 52.245-2 Government Property (Fixed Price Contracts)(May 2004) 52.246-2 Inspection of Supplies- Fixed Price (Oct 1996) 52.246-3 Inspection of Services- Fixed Price (Oct 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.arnet.gov/far/ 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 classes 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 (Airframe and Power plant Mechanic) $21.21 per hour and Aircraft Quality Control Inspector $22.08 per hour. Fringe Benefits required are as follows: 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 4 weeks 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 Offeror's in the performance of similar work at the same Federal facility. HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES(can be accessed electronically at (www.dhs.gov/dhspuplic ) HSAR 3052.219-70 Small Business and Small Disadvantaged Business Subcontracting Reporting. [DEC 2003] HSAR 3052.219-71 DHS Mentor-Prot?g? Program[DEC 2003] HSAR 3052.219-72 Evaluation of Prime Contractor Participation in the Mentor-Prot?g? Program [DEC 2003] HSAR 3052.222-90 Local Hire [DEC 2003] (Applies when performing a contract in a state with an unemployment rate in excess of the national average determined by the Secretary of Labor) HSAR 3052.242-71 Dissemination of Contract Information [DEC 2003] HSAR 3052.245-70 Government Property Reports [DEC 2003] HSAR 3052.247-72 F.O.B. Destination Only [DEC 2003] HSAR 3052.209-70, PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES [DEC 2003] (a) Prohibitions. Section 835 of Public Law 107-296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. (b) Definitions. As used in this clause: "Expanded Affiliated Group" means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting 'more than 50 percent? for 'at least 80 percent' each place it appears. "Foreign Incorporated Entity" means any entity which is, or but for subsection (b) of Section 835 of the Homeland Security Act, Public Law 107-296, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. "Inverted Domestic Corporation." A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes after November 25, 2002, the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. ?Person", "domestic", and "foreign" have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701 (a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, Public Law 107-296. (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is after the date of enactment of this Act and which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule For Related Partnerships. For purposes of applying Section 835(b) of Public Law 107-296 to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. By signing and submitting its offer, an offeror under this solicitation represents that it not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of Section 835 of the Homeland Security Act, Public Law 107- 296 of November 25, 2002. (g) If a waiver has been granted, a copy of the approved waiver shall be attached to the bid or proposal. (End of Clause) 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders- Commercial Items (Apr 2004) DUE TO SPACE LIMITATIONS OF FEDBIZOPS, INTERESTED PARTIES CONTACT CARYN MCGRAW UNDER THIS PROVISION. Wage Determination 1994-2047, Revision 24, dated 3 June 2003 is applicable to this solicitation and is available upon request to the agency. 52.211-15 Defense Priority and Allocation Requirements (Sept 1990) Closing Date and Time for Receipt of Offers is June 21, 2004, 4p.m., Eastern 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 stationary 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. Enclosure (1) to COMDTINST 4200.14 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair nd timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement 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 interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude refilling of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-CPM-S/3) 2100 2nd Street, SW, Room 2606 Washington, D. C. 20593 Telephone (202) 267-2285 Fax: (202) 267-4011
 
Place of Performance
Address: Irvine, CA
Country: USA
 
Record
SN00580118-W 20040507/040505211554 (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.