Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2004 FBO #0914
SOLICITATION NOTICE

59 -- Maintenance Support for WESCAM 12DS200 Sys

Notice Date
5/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-500016
 
Response Due
6/4/2004
 
Archive Date
6/30/2004
 
Point of Contact
Constance Cox, EISD Contracting Officer, Phone 252-335-6011, Fax 252-335-6849, - Denise Hall, EISD Purchasing Agent, Phone 252-334-5323, Fax 252-335-6849,
 
E-Mail Address
CCox@arsc.uscg.mil, DHall@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written document will not be issued. HSCG38-04-Q-500016 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 01-22. The applicable NAICS number is 334511 and the small business size standard is 750 employees. This procurement is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The U.S. Coast Guard intends to negotiate only with Wescam Sonoma, 103 W. North Street, Healdsburg, CA 95448 for the purchase of maintenance support for USCG owned WESCAM 12DS200 Systems. The anticipated term of the contract is one base year period and two option year period. Quantities listed are estimates for the base year and each option year. Failure of the Government to order any of the line items or quantities described as estimated or maximum will not entitle the contractor to any equitable adjustment in price. BASE YEAR: CLIN 0001: Contractor shall provide all parts, labor and material to perform requirements set forth in the Statement of Work for (7) USCG owned Wescam 12DS200 Systems, Quantity 7 Each; CLIN 0002: Training IAW Para 6.2.71 of the Statement of Work; CLIN 0003: 24 Hour Response as required. OPTION PERIOD ONE: CLIN 0004: Contractor shall provide all parts, labor and material to perform requirements set forth in the Statement of Work for (7) USCG owned Wescam 12DS200 Systems, Quantity 7 Each; CLIN 0005: Training IAW Para 6.2.71 of the Statement of Work, CLIN 0006: 24 Hour Response as required. OPTION PERIOD TWO: CLIN 0007: Contractor shall provide all parts, labor and material to perform requirements set forth in the Statement of Work for (7) USCG owned Wescam 12DS200 Systems, Quantity 7 Each; CLIN 0008: Training IAW Para 6.2.71 of the Statement of Work; CLIN 0009: 24 Hour Response as requiredSTATEMENT OF WORK: 1.0 SCOPE. The requirement exists to upgrade and provide maintenance support for seven (7) U.S. Coast Guard (USCG)-owned WESCAM 12DS200 Systems. Work under this contract shall be performed at the contractor?s facility.2.0 DEFINITIONS. 2.1 LRU A Line Replaceable Unit (LRU) is a unit which can be removed and replaced from the system on the flight line, and if possible, without adjustment. 2.2 SRU. A Shop Replaceable Unit (SRU) is a module within a LRU. It can be removed and replaced in a contractor service depot or, in some cases, by on-site contractor-trained personnel. 2.3 Repair The rectification of the faults that have been the cause of unserviceability; refurbishing and servicing to the extent necessary to achieve continued acceptable operational service. Unless otherwise stated herein, work shall be confined to the minimum necessary to complete the repair. Equipment shall not be dismantled further than the level necessary to repair the faults causing unserviceability. 3.0 MAJOR TASKS. The contractor shall provide all labor, parts, components, LRUs, test equipment and facilities necessary to upgrade, repair and maintain the USCG-owned WESCAM 12DS200 systems. The contractor shall also provide assistance to Coast Guard field units in troubleshooting and fault diagnosis. 3.1 Upgrade WESCAM 12DS200 Systems. The contractor is responsible for providing all parts and labor to maintain and upgrade seven (7) systems located at three USCG AirStations. These systems will be equipped with the following: (1) Autotracker (2) Altitude and Airspeed Readouts (3) Offset to Autotracked Targets (4) Autoscan Software and (5) On-Site Video Interface. 3.2 Repair of LRU/SRU. The contractor shall provide all repair support to include, but not limited, to all parts and labor needed to complete all equipment repairs within the WESCAM 12DS200 systems. 3.3 Repair Tracking System. The contractor shall maintain a repair tracking system in order to ensure effective management of all repairs and spares support. 4.0 APPLICABLE DOCUMENTS The original equipment manufacturer?s (OEM) current specifications and drawings for the WESCAM 12DS200 System and upgrades. The U.S. Coast Guard does not own these specifications and drawings and cannot furnish them. GOVERNMENT FURNISHED PROPERTY: 5.1 The USCG will provide access to WESCAM 12DS200 Systems (7 each) located at three USCG AirStations. 6.0 REQUIREMENTS: 6.1 MAINTENANCE/TECHNICAL SUPPORT SERVICES. The contractor shall provide the maintenance and technical support services outlined below for the Government-owned WESCAM 12DS200 System (consisting of the following) during the contract performance period: - WESCAM Model 12DS200 Turret. - System Interface Unit.- Hand Controller Unit. 6.1.1 Logistical Support. Except as otherwise provided herein, the contractor shall provide all labor, parts, components, LRUs, test equipment and facilities necessary to repair the USCG-owned WESCAM 12DS200 Systems. This includes, but is not limited to, the following: 6.1.2 Parts Provisioning. The contractor shall be responsible for determining USCG spare parts requirements; identifying sources of supply; and procuring/stocking component spare parts/LRUs necessary to support ongoing USCG operational/transitional requirements. 6.1.3 Management of LRU/SRU Repairs. 6.1.3.1 The contractor shall identify/provide an ILS Program Manager who shall serve as the single point of contact for the USCG for all matters concerning the technical execution of the work. 6.1.3.2 The contractor shall provide program management support necessary to ensure that the USCG logistic support requirements are efficiently completed in accordance with the terms of this contract/SOW. 6.1.4 Service Plan Agreement. The contractor shall provide a comprehensive service plan for each of the seven (7) upgraded systems for a period of 1 year. The plan shall include the following services: (1)Telephone Response. Response to telephone inquiries within 10 hours (within the coverage period). The coverage period is 0800-1800, Monday through Friday and 1000-1600, Saturday through Sunday. (1)Service Calls On-Site ? On-Site technical assistance within 48 hours. Travel and living expenses are included in the cost of the service plan. (2) On-Site Service Visits ? Not to exceed 2 visits per year. Travel and per diem IAW Federal Travel Regulations are included in the cost of the service plan. (3)Replacement Parts ? The cost of replacement parts is included in the service plan and provides the Government access to the spares pool. The factory turnaround time shall be no more than 15 days from receipt at the contractor?s facility to the date of return shipment from the contractor facility back to the Coast Guard Air Station. The contractor is responsible for all shipping costs (to and from the Government facility). (4) Upon failure of WESCAM 12DS200 System, to support of operational commitment, provide replacement system within 24 hrs. 6.1.5 On-Site/Off-Site Technical Support. The contractor shall provide on-site and off-site technical support to the USCG. This shall include, but is not limited to, the following:6.1.5.1 Repair of LRUs/SRUs. 6.1.5.1.1 The contractor shall provide all repair support to include, but not limited to, all parts and labor needed to complete all equipment repairs within the WESCAM 12DS200 systems. The contractor shall commit to achieving the repair turnaround times for each LRU as detailed in paragraph 5.0. The repair turnaround time will be measured from the date the contractor receives the failed item to the date the item is shipped from the contractor?s facility to return to the operational unit. 6.1.5.1.2 The contractor shall provide assistance to Coast Guard field units in troubleshooting and fault diagnosis. Coast Guard field personnel shall not expend more than 10 man-hours troubleshooting and fault diagnosis before contacting the contractor for support. If it is determined that a LRU/SRU must be returned to the contractor for repair, the contractor shall provide disposition instructions to the field unit personnel within 48 hours. The contractor shall be responsible for shipping LRUs/SRUs by the most expeditious means and all shipping costs. 6.1.5.1.3 The contractor is authorized to use rotable spare parts to repair the LRUs noted in section 5.0. Once a spare part is used to repair a USCG owned LRU, that spare part will become the property of the U.S. Coast Guard. The failed part, which is removed, will become the property of the contractor. 6.1.5.1.4 System/Equipment Support. The contractor shall provide support for the systems and equipment, including all interconnect cabling associated with the WESCAM 12DS200 systems. This support shall include, but is not limited to, managing repair tasks, providing interim equipment, as available, to field units in support of the Coast Guard?s mission and any required on-site technical support. 6.1.5.2 Repair Tracking System: 6.1.5.2.1 The contractor shall maintain a repair tracking system in order to ensure effective management of all repairs and spares support. The system shall make provisions to monitor the status of each repairable as it proceeds through the repair process and provide written notification to the USCG COTR (with a copy to the Contracting Officer) of delays in turn-around time, spare parts unavailability, resource conflicts, labor problems, etc. 6.1.6 ILS Program Support. When determined necessary by the COTR, the contractor shall host Progress Review Meetings at the contractor?s facility. Such meetings shall be arranged by mutual agreement between the USCG COTR and the contractor. Prior to each meeting, the contractor?s representative shall coordinate with the COTR to reach agreement regarding the agenda. The agenda shall be prepared and distributed by the contractor. Distribution shall be made as determined by the COTR; however, one copy of the agenda shall be provided to the Contracting Officer. The meetings shall be chaired by the contractor?s program manager. The contractor shall record, prepare and distribute the minutes of each meeting after receiving written approval of the COTR. 6.1.6.1 The contractor shall provide a Monthly Status Report to the COTR with a copy to the Contracting Officer. This report shall include information regarding each repair, the cause of failure and the corresponding repair action to correct the failure. It shall also address any vendor/parts problems, delays (with proposed revised delivery schedules) and any other problem areas. Any subcontract repairs shall be followed up with a failure report to the COTR. A copy of the failure report shall be included with the equipment. 6.1.7 Training. The contractor shall provide training on the 12DS200 (upgraded) systems to ten (10) USCG operators. This training shall cover all aspects of Operator Maintenance, cleaning regimens, troubleshooting, fault isolation and recommended corrective action at the LRU level. The training will be held on-site at USCG Air Stations. Travel and per diem are included. 6.1.7.1 Training Option. If the Government exercises this option during the contract period of performance, the contractor shall provide a ?Train the Trainer? M12 Operator/Maintenance Training Course to support future training. This shall include an Operator course outline, Maintenance course outline, Training course presentation and Operation check out syllabus: - Model 12 Reference Guide; - Flip Cards. PERIOD OF PERFORMANCE. The period of contract performance is one year from date of award. PLACE OF PERFORMANCE. The Government will ship components, freight prepaid by the contractor, to the contractor?s facility in the United States (except Alaska and Hawaii) at 103 West North St., Healdsburg, CA 95448. In the event that the Contractor?s facility is located outside the contiguous states, the District of Columbia or Canada, the f.o.b. point for Government delivery of Government-furnished property shall be a location in the United States (excluding Alaska and Hawaii) specified by the contractor. CONTRACTOR VERIFICATION OF RECEIPT OF COMPONENTS. Within five (5) calendar days following receipt of component(s), the contractor shall provide written notification of the following to the Contracting Officer: (a) date of receipt of component(s); (b) confirmation of serial number(s) received; Notification via facsimile is acceptable. FAX: (252) 335-6849. The f.o.b. point for shipments under this contract is f.o.b. destination. Prices in the Schedule include all applicable customs/duty/shipping charges. PERFORMANCE/DELIVERY SCHEDULE. The contract period of performance is a 12-month base period commencing at contract award and two 12 month option periods (if exercised). All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers, and be registered with CCR. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (JAN 2004), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the offeror(s) proposing the best value to the Government considering technical acceptability, price, delivery, and past performance. Evaluation shall be inclusive of option estimated quantities and proposed prices. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) Offerors shall include a completed copy of this provision with offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003) with the following addenda: FAR 52.204-5 Women-Owned Business (Other Than Small Business)(May 1999), FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999), FAR 52.204-7 Central Contractor Registration (Oct 2003,) FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.216-18 Ordering (Oct 1995) para (a) date of contract award through one year from date of contract award for the basic period and effective date of each option exercise through one year from date of exercise., FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) para (a) 30 days of contract expiration date, 60 days, (c) 3 years., FAR 52.225-2 Buy American Act Certificate (June 2003), FAR 52.233-2 Service of Protest (Aug 1996), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.242-13 Bankruptcy (Jul 1995), FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (APR 1984), FAR 52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998) and FAR 52.252-2 Clauses Incorporated by reference (Feb 1998) Full text may be accessed electronically at internet address www.arnet.gov/far Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (DEC 2003) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html ; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2004)(a) (b), FAR 52.205-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with ALT I (Oct 1995)(41 U.S.C. 253 and 10 U.S.C. 2402), FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000)(15 U.S.C. 637(d)(2) and (3)), FAR 52.219-9 Small Business Subcontracting Plan (Jan 2002)(15 U.S.C. 637 (d)(4)), FAR 52.219-14 Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)), FAR 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999), FAR 52.222-3 Convict Labor (JUNE 2003)(E.O. 11755), FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O. 11246), FAR 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), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (DEC 2001)( 38 U.S.C. 4212), FAR 52.225-1 Buy American Act-Supplies (JUN 2003)(41 U.S.C. 10a-10d), FAR 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 the Treasury, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). Closing date for receipt of quotes is 7 June 2004, 10:00 a.m. EDST. For information regarding this request for quotation contact Denise Hall (252) 334-5323, e-mail dhall@arsc.uscg.mil or mail Denise Hall, Purchasing Agent, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. Facsimile quotes are acceptable and may be faxed to (252) 335-6849. No legal liability on the part of the Government for award of contract or for any payment may arise until funds are made available to the Contracting Officer. Quotes may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part Number, NSN, Unit Price, Extended Price, Delivery, F.o.b. Shipping Terms, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2004) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to dhall@arsc.uscg.mil or by calling the agency.
 
Record
SN00592636-W 20040528/040526211538 (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.