Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
MODIFICATION

16 -- Interior Refurbishment, Exterior Paint, and Communications Upgrade to the VC-4 Gulfstream 1 aircraft

Notice Date
8/5/2004
 
Notice Type
Modification
 
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-101008
 
Response Due
8/24/2004
 
Archive Date
9/8/2004
 
Point of Contact
Caryn McGraw, HU25 Contract Specialist, Phone 252-335-6491, Fax 252-334-5427,
 
E-Mail Address
CMcGraw@arsc.uscg.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This amendment is to add resume submittal of key contractor and subcontractor personnel, revise the period of performance to 45 days after receipt of aircraft, correct the date for receipt of proposals, and revise anticipated award date. 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 (HSCG38-04-Q-101008) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-24. This is a HUBZone set-aside procurement. See Numbered Note 27. 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 6.205. The USCG intends to negotiate and award to a Small Business Administration certified small business located in a Historically Underutilized Business Zone (HUBZone). A joint venture may be considered a HUBZone small business if the business entity meets all the criteria in 13 CFR 126.616. The HUBZone small business must be a Federal Aviation Administration authorized repair center who can perform aircraft refurbishment for a U.S. Coast Guard VC-4 Gulfstream I type aircraft as specified in the below Performance Work Statement. Applicable CLINs are CLIN 1 Strip and Paint Aircraft; CLIN 2 Refurbishment of Interior to include carpet replacement and upholstery; CLIN 3 Communications Upgrade. Estimated effective date for commencement of contract performance is 27 Sept 2004. Completion date will be within 30 days after start of contract performance. Interested parties in order to be considered must submit with their quotation all requirements listed under paragraph 7.0 Vendor's Responsibilities in the Performance Work Statement U.S. Coast Guard VC-4 Aircraft Refurbishment Performance Work Statement July 04 DUE TO SPACE LIMITATIONS, PLEASE CONTACT CONTRACT SPECIALIST CARYN MCGRAW AT 252-335-6491 OR VIA EMAIL AT CMCGRAW@ARSC.USCG.MIL FOR THE COMPLETE PERFORMANCE WORK STATEMENT Coast Guard will deliver the aircraft upon commencement of contract and pick up upon completion of contract performance. Required Delivery is 30 days after receipt of aircraft. F.O.B. will be ORIGIN. Inspection and Acceptance shall be performed by COTR (Contracting Officer Technical Representative). Anticipated award date is no later than 22 September 2004. The following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply: 52.212-1 Instruction to Offerors- Commercial Items (Jan 2004) 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 selection team may determine the best value for the Coast Guard merits a higher price based on technical superiority. The selection, 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 ? Schedule o Factor 2 ? Technical/Management Solution/Approach o Factor 3 ? Past Performance o Factor 4 ? Cost/Price Factor 1 is the most important. However, while the price is an important part of the integrated selection decision, the non-price factors are significantly more important than the price factor. However, as the technical and schedule elements of the quotes become substantially equal, price may be the determining factor in selecting a proposal for award. Enclosure (1) Detailed Factors DETAILED FACTORS FACTOR 1: SCHEDULE A schedule which meets USCG requirements and demonstrates an understanding of the time required to perform and document the work. Any proposed schedule will be evaluated for reasonableness and ability to meet the stated required schedule. FACTOR 2: TECHNICAL/MANAGEMENT SOLUTION/APPROACH Technical factors which include a proposed contract breakdown structure that identifies the services to be delivered to meet the mission requirements set forth in the performance work statement, a sound partnering approach to management that demonstrates the ability to aggressively identify and apply information technology solutions to business processes. The Contractor?s validated process and procedures that ensure high quality performance which indicate a highly probability of a quality outcome for the aircraft refurbishment without harming the environment or compromising flight safety. Evidence of High Quality and experience personnel with a proven track recod of success in providing the same or similar services. Evidence of ability to maintain a quality system acceptable to the Coast Guard. Impact of environmental characteristics of all products proposed and any enhancement or mitigation provided by filters, gas burning, or other technology. Provide statement describing environmental licensing and permitting for proposed paint and stripping process and materials. Evidence of proper facility FAA certification and evidence of required environmental licensing and permitting to accomplish the proposed work are required. Vendors detailed work statement and process descriptions. FACTOR 3: PAST PERFORMANCE Past Performance will consider documentation for having performed installation, repair, and paint of similar or like items. Past performance will consider the information from existing and former customers during the past 2 years. References will be asked about quality and schedule performance of the Vendor. Any conversations with present or former customers will be documented. The past performance factor will be based on adherence to ability to perform a successful installation, a successful repair, a quality paint job, delivery schedule, and willingness and ability of contractor to resolve problems. FACTOR 4: PRICE RELATED FACTORS Comparison of quotes against the Government estimate and review each quote for level of work offered based on number of labor hours, hourly rates, and material costs to evaluate price reasonableness. Cost fully burdened to deliver and return the aircraft based on a location, which includes man-hours, gas, usage of airplane, and a wear and tear calculation will be added to the quote to assess overall cost to the Government. 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/Sub-CLIN in the Vendor's Quote. 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 Offeror's technical proposal. 52.212-3 Offeror Representations and Certifications - Commercial Items (May 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 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.204-7 Central Contractor Registration (Oct 2003) 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 of same level and type of work in the commercial market that is adequate for evaluating the reasonableness of the price of this acquisition. 52.222-49 Services Contract Act- Place of Performance Unknown (May 1989) (a) McKee, Kentucky or San Antonio, Texas (b) 4:30 p.m., 24 Aug 2004 52.223-13 Certification of Toxic Chemical Release Reporting (Aug 2003) 52.223-14 Toxic Chemical Release Reporting (Aug 2003) 52.239-1 Privacy or Security Safeguards (Aug 1996) 52.245-1 Property Records (Apr 1984) 52.245-2 Government Property (Fixed Price Contract) (May 2004) 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 52.247-30 F.O.B. Origin, Contractor's Facility (Apr 1984) 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/these address(es): www.arnet.gov. 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. Jackson County, Kentucky Employee Classes: Aircraft Mechanic (Airframe and Power plant Mechanic) $17.89. per hour, Aircraft Quality Control Inspector $18.66 per hour, Electronics Technician - Maintenance III $20.38, Aircraft Painter $17.05 per hour, and Carpet Layer $16.15 per hour. Bexar County, Texas Employee Classes: Aircraft Mechanic (Airframe and Power plant Mechanic) $16.51 per hour, Aircraft Quality Control Inspector $15.82 per hour, Electronics Technician - Maintenance III $22.11, Aircraft Painter $13.85 per hour, and Carpet Layer $12.91 per hour. Fringe Benefits Required: HEALTH & WELFARE, as outlined in individual wage determinations per location of performance. Vacation: Vacation, as outlined in individual wage determinations per location of performance. Holidays: A minimum of ten paid holidays per year. Wage Determinations 1994-2222, Revision 23, dated 13 August 2003 and 1994-2521, Revision 26, dated 19 June 2003 are applicable to this solicitation with the following change in Health and Welfare: Minimum employer contributions costing an average of $2.59 per hour computed on the basis of all hours worked by service employees employed on the contract. This wage determination with change is available upon request to the agency. HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES(can be accessed electronically at (www.dhs.gov/dhspuplic ) 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work [Dec 2003] 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) 3052.242-71 Dissemination of Contract Information [DEC 2003] 3052.242-72 Contracting Officer's Technical Representative [ DEC 2003] 3052.245-70 Government Property Reports [DEC 2003] 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 (June 2004) 52.203-6 Restrictions of Subcontractor Sales to the Government (Jul 1995) 52.219-3 Notice of Total HUBZone Set-Aside (Jan 1999) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor- Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). 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 (June 1998) (29 U.S.C.793) 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C.4212) 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) 52.222-41 Service Contract Act of 1965, As Amended (May 1989) (41U.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.). (End Of Clause) 52.211-15 Defense Priority and Allocation Requirements (Sept 1990) See Numbered Note 27. Closing Date and Time for Receipt of Offers is August 24, 2004, 4:30 p.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 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 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: unknown
 
Record
SN00637291-W 20040807/040805211611 (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.