Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

29 -- Repair Services of Jet Engine (ATF3-6) Electrical Components

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts 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-100031
 
Response Due
6/30/2004
 
Archive Date
7/15/2004
 
Point of Contact
Danny Sawyer, HU25 Contract Specialist, Phone 252-335-6499, Fax 252-334-5427, - Tonya Bush, HU25 Contract Specialist, Phone 252-335-6195, Fax 252-334-5427,
 
E-Mail Address
drsawyer@arsc.uscg.mil, TBush@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 (HSCG38-04-Q-100031) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-22. This is limited source procurement. The North American Industry Classification System (NAICS) Code is 336412 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 this contract with A BASE PERIOD OF THREE YEARS AND ONE OPTION PERIOD OF TWO YEARS to the authorized OEM (Original Equipment Manufacturer), repair center, Honeywell International, Tempe, AZ or any source who can obtain adequate technical data, parts, tooling and fixtures to meet the OEM?s specifications. QUANTITIES LISTED BELOW ARE ESTIMATED REQUIREMENTS FOR EACH CONTRACT YEAR. The contract base period shall be based on date of contract award and will extend for three years from that date. The option period will extend for two years from the end of the base period. The anticipated award date is 07 AUG 2004. All clin's specified below are Flight Critical parts. CLIN 1: NSN: 2920-01-444-8892; P/N: 2117406-6 or 2117406-5; NOMEN: APU Elec. Control; Base Period Year 1 - QTY1, Base Period Year 2 - QTY1, Base Period Year 3 - QTY 5, Option Period Year 1 - Qty 7, Option Period Year 2 - QTY 7. CLIN 2: NO FAULT FOUND: NSN: 2920-01-444-8892; P/N: 2117406-6 or 2117406-5; NOMEN: APU Elec. Control; Base Period Year 1- QTY1, Base Period Year 2- QTY1, Base Period Year 3- QTY 1, Option Period Year 1- Qty 1, Option Period Year 2- QTY 1. CLIN 3: NSN: 2840-01-HR1-6717; P/N: 2101484-13; or NSN: 2915-01-HS1-4100; P/N: 2101484-9; NOMEN: Elec. Fuel Computer; TO BE MODIFIED to NSN: 6610-01-457-1839; P/N: 2101484-14; Base Period Year 1- QTY 2, Base Period Year 2- QTY 2, Base Period Year 3- QTY 4, Option Period Year 1- Qty 1, Option Period Year 2- QTY 1. CLIN 4: NO FAULT FOUND: NSN: 2840-01-HR1-6717; P/N: 2101484-13; or NSN: 2915-01-HS1-4100; P/N: 2101484-9; NOMEN: Elec. Fuel Computer; TO BE MODIFIED to NSN: 6610-01-457-1839; P/N: 2101484-14; Base Period Year 1- QTY 1, Base Period Year 2- QTY 1, Base Period Year 3- QTY 1, Option Period Year 1- Qty 1, Option Period Year 2- QTY 1. CLIN 5: NSN: 6610-01-457-1839; P/N: 2101484-14; NOMEN: Elec. Fuel Computer; Base Period Year 1- QTY 20, Base Period Year 2- QTY 20, Base Period Year 3- QTY 20, Option Period Year 1- Qty 20, Option Period Year 2- QTY 20. CLIN 6: NO FAULT FOUND: NSN: 6610-01-457-1839; P/N: 2101484-14; NOMEN: Elec. Fuel Computer; Base Period Year 1- QTY 1, Base Period Year 2- QTY 1, Base Period Year 3- QTY 1, Option Period Year 1- Qty 1, Option Period Year 2- QTY 1. CLIN 7: NSN: 6625-01-074-5309; P/N: 2101714-1-1; NOMEN: SYNCHRONIZER; Base Period Year 1- QTY 10, Base Period Year 2- QTY 10, Base Period Year 3- QTY 10, Option Period Year 1- Qty 10, Option Period Year 2- QTY 10. CLIN 8: NO FAULT FOUND: NSN: 6625-01-074-5309; P/N: 2101714-1-1; NOMEN: SYNCHRONIZER; Base Period Year 1- QTY 1, Base Period Year 2- QTY 1, Base Period Year 3- QTY 1, Option Period Year 1- Qty 1, Option Period Year 2- QTY 1. Interested parties may submit a proposal, which shall include a performance work statement, performance metrics and incentives program, identification of key personnel, quality certifications, past performance, subcontracting plan in accordance with FAR Clause 52.219-9 or a waiver request if no subcontracting opportunities exist, and a price proposal. The price proposal is to include a firm fixed price for each clin item for the following contract years: Base Period Year 1 (anticipated date of award Aug 7, 2004 thru Jul 31, 2005), Base Period Year 2 (Aug 1, 2005 thru Jul 31, 2006), Base Period Year 3 (Aug 1, 2006 thru Jul 31, 2007), Option Period Year 1 (Aug 1, 2007 thru Jul 31, 2008), Option Period Year 2 (Aug 1, 2008 thru Jul 31, 2009). The price proposal should include sufficient detail to allow for complete evaluation, e.g. work breakdown, structure, material description, prices, labor categories, rates and hours and data availability. U.S. COAST GUARD, HU-25 ELECTRICAL COMPONENTS REPAIR, STATEMENT OF OBJECTIVES: 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 in salt laden environments. The engine electrical components are essential to the engine control and distribution system utilized on the Coast Guard fleet of aircraft. OBJECTIVE: The Coast Guard?s objective is to obtain the services of a Federal Aviation Administration (FAA) authorized repair center to repair and provide complete, ready-to-install engine electrical components for the HU-25 that are certified for flight with an FAA 8130-3 Flight Worthiness document. The Coast Guard desires a Turn-Around-Time of no greater than 180 days from time of material receipt at contractor?s facility to prevent Aircraft On Ground (AOG) supply issues. REQUIREMENTS: A. Repaired components must comply with the current Original Equipment Manufacturer?s (OEM) specifications, drawings, Service Bulletins, and performance requirements as set forth in the OEM technical specifications. The offeror is responsible for all necessary functions to perform the services requested. This includes, but is not limited to; required tooling, test equipment, parts, material, engineering services, management, maintenance, serviceable and non-serviceable parts storage, preservation, packaging, shipping, etc. Components must be hermetically sealed in anti-static plastic with desiccant to maintain humidity levels at 10% or less. They must be packaged in a sealed container with solid core, form-fitting foam, and a minimum of 2.5 inches thick on all surfaces. The use of chipped foam, Styrofoam "peanuts", shredded paper, or other similar material is not acceptable. The packaging must protect components during normal ground or air transportation and during storage in a climate controlled facility for up to 2 years. 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 (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) Either possess or show ability to obtain adequate technical data, tooling, fixtures and parts to meet current OEM specifications as referenced in above Paragraph A. (b) Provide a written Performance Metrics Plan. (c) Provide evidence of, and ability to maintain, a Quality System acceptable to the Coast Guard. 2.Past Performance (a). Provide documentation of having performed repair 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. 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 a component 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. APPLICABLE DOCUMENTS: The price proposal should include sufficient detail to allow for complete evaluation, e.g. work breakdown, structure, material description, prices, labor categories, rates and hours. Data availability: OEM Technical data, Service Bulletins, drawings and specifications are proprietary and cannot be provided by the U.S. Coast guard; Coast Guard specific Coast Guard Technical Orders (CGTO?s) 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 and Supply Center; Elizabeth City, NC 27909. PACKAGING, PACKING, MARKING, INSPECTION AND ACCEPTANCE: Packaging and preservation shall be in accordance with REQUIREMENTS paragraph A in the attached Statement of Objectives. 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. Bar coding is authorized however not mandatory. ?AOG? situation requires highly visible lettering on the outside of the container. Inspection of material shall be performed by Certificate of Conformance (COC). Acceptance of material shall be performed by ARSC Quality Assurance Personnel at destination. All items for each year are deemed flight critical in USCG missions. DELIVERY/PERFORMANCE: F.O.B. Destination applies ? The contractor will be responsible for shipping charges. The Contractor shall prepare and process shipping documents required to ship material to the following address unless otherwise specified: Commanding Officer; USCG Aircraft Repair & Supply Center Receiving; Bldg. 63; Elizabeth City, NC 27909-5001. Material under this contract shall be delivered by the delivery date shown on each CLIN on individual delivery orders. Early deliveries are desired and acceptable. The Contractor is requested to ship items when available for shipment. Desired Delivery is 180 days from receipt of material at the repair facility, but in no case shall be greater than 220 days from receipt of material at repair facility. Wage Determination: 1994-2025, Revision 28, dated 19 Aug 03 is incorporated in this solicitation. The appropriate wage determination relating to the contract location of contract awardee as a result of this solicitation are available upon request by the agency or by downloading from the FedBizOps web site. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2004); 52.212-2 Evaluation ? Commercial Items (Jan 1999) DUE TO SPACE LIMITATIONS OF FEDBIZOPS, THIS CLAUSE IS NOT INCLUDED IN FULL TEXT. ALL INTERESTED PARTIES PLEASE CONTACT DAN SAWYER drsawyer@arsc.uscg.mil TO GET FULL TEXT. 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. 52.214-4 Contract Terms and Conditions ? Commercial Items (Oct 2003) ADDENDUM FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.204-7 Central Contractor Registration (Oct 2003) b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (Alt 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 sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. 52.216-18 Ordering (Oct 1995) (a) 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) Item 1. 10 ea, Item 2. 1 ea, Item 3. 6 ea, Item 4. 1 ea, Item 5. 20 ea, Item 6. 1 ea, Item 7. 10 ea and Item 8. 1ea. (b)(2) 50 each (b)(3) 30 calendar days (d) 15 calendar days 52.216-21 Requirements (Oct 1995) (f) 15 Nov 2008 following third year of base period and 15 Nov 2010 following second year of option period. 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 60-day period prior to contract or option period expiration. para (c) ? 5 years 52.219-16 Liquidated Damages ? Subcontracting Plan (Jan 1999) 52.246-11 Higher-Level Contract Quality Requirement (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) 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/ HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES [DEC 2003] DUE TO SPACE LIMITATIONS OF FEDBIZOPS, THIS CLAUSE IS NOT INCLUDED IN FULL TEXT. ALL INTERESTED PARTIES PLEASE CONTACT DAN SAWYER drsawyer@arsc.uscg.mil TO GET FULL TEXT. 3052.219-70 Small Business subcontracting program reporting (Dec 2003) 3052.219-71 Mentor-Prot?g? Program (Dec 2003) 3052.219-72 Evaluation of Prime Contractor Participation in the Mentor-Prot?g? Program (Dec 2003) 3052.247-72 F.O.B. Destination Only (Dec 2003) (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 (Oct 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: Electronics Supervisor, WS-2604-11, $24.75; Electronics Mechanic, WG-2604-11, $19.10 and Electronics Worker, WG-2604-8, $16.74. Fringe Benefits Required: Annual Leave: 2 hours per week for less than 3 years; 3 hours per week for services of 3 years but less than 15 years; and 4 hours per week for services 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 Required to Implement Statutes or Executive Orders-- Commercial Items (Apr 2004) Subparagraph (b) clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Alternate I (Oct 1995) (41.U.S.C. 253g and U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)) 52.219-9 Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(D)(4)) 52.222-3 Convict Labor (Jun 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) Subparagraph (c) clauses: 52.222-41 Service Contract Act of 1965, As Amended (May 1989) (41 U.S.C. 351, et seq); 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) (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) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) End of Clause 52.211-15 Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990) Closing date and time for receipt of offers is 30 Jun 2004, 4:00 pm, Local Time. PRICES MUST REMAIN EFFECTIVE FOR 90 DAYS AFTER CLOSING OF SOLICITATION. All responsible sources may submit a proposal that will 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, including Alternate 1, Offeror Representations and Certification. Copies are available by calling the agency or by downloading the document from FedBizOps as posted under this solicitation. All offerors submitting a quote shall have a valid Vendor Cage Code and Dun & Bradstreet Number (DUNS) or the ability to get one. Facsimile Offers are acceptable and may be forwarded via fax number 252-334-5427, attention Dan Sawyer. Electronic submission may be sent to drsawyer@arsc.uscg.mil. Enclosure (1) to COMDTINST 4200.14, NOTICE FOR FILING AGENCY PROTESTS, is included. 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 and 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 refiling 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
 
Record
SN00586819-W 20040519/040517211536 (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.