Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2004 FBO #1060
MODIFICATION

J -- Pump Module Assy

Notice Date
10/18/2004
 
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-S00034
 
Response Due
10/22/2004
 
Archive Date
12/29/2004
 
Point of Contact
Gregory Rakes, H60J Contracting Officer, Phone 252-335-6642, Fax 252-335-6790, - Steven Metcalfe, H60J Contract Specialist, Phone 252-335-6566, Fax 252-335-6790,
 
E-Mail Address
GRakes@arsc.uscg.mil, SMetcalfe@arsc.uscg.mil
 
Description
This combined synopsis/solicitation is hereby modified to extend the closing date to October 22, 2004 at 4:00 p.m. eastern time. 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-S00034 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 336413 and the small business size standard is 1000 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) or a responsible contractor. The U.S. Coast Guard has a requirement to repair HH60 Pump Module Assemblies. The anticipated term of the contract is one base year period and four option year periods. 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: Item 0001: Pump Module Assemblies, P/N: 53023-06 NSN: 4320-01-207-7228 Qty: 40 Each, OPTION PERIOD ONE: Item 0002: Pump Module Assemblies, P/N: 53023-06 NSN: 4320-01-207-7228; Qty: 42 Each, OPTION PERIOD TWO: Item 0003: Pump Module Assemblies, P/N: 53023-06 NSN: 4320-01-207-7228; Qty: 44 Each, OPTION PERIOD THREE: Item 0004: Pump Module Assemblies, P/N: 53023-06 NSN: 4320-01-207-7228; Qty: 46 Each, OPTION PERIOD FOUR: Item 0005: Pump Module Assemblies, P/N: 53023-06 NSN: 4320-01-207-7228 ; Qty: 48 Each. Inspection and acceptance of material shall be performed by USCG Quality Assurance personnel. Each item is Flight Critical to the USCG mission. Packaging, packing and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repacking or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Labeling shall include the appropriate Part Number, Nomenclature, Quantity, Purchase Order Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Bar coding is not required. DELIVERY SCHEDULE: Quotes must include a proposed Delivery Schedule for the Base Year and all Option Periods. All Items shall be delivered to Commanding Officer, U.S. Coast Guard Aircraft Repair and Supply Center, Receiving Bldg 63, Elizabeth City NC 27909. Drawings are not available and cannot be furnished by the U.S. Coast Guard. F.O.B Destination quotes are desired. F.O.B. Origin, Freight Prepaid quotes may be submitted but must include shipping costs to be considered responsive. All responsible sources may submit an offer, which shall be considered. Offerors other than the OEM must possess NAVICP-PICA certification as a certified source of supply and must provide proof of such prior to contract award. Information regarding NAVICP-PICA certification may be obtained at www.navicp.navy.mil/sabs/sas/sascover.htm. 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 price and past performance. Past performance is significantly more important than price. 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 52.212-4 Contract Terms and Conditions- Commercial Items., 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 52.216-19 Order Limitations (Oct 1995) Base Year and each exercised Option Year (a) 1 each, (b) Seventy Five Percent (75%) greater than the Contract Line Item quantity, (2) N/A, (3) 30 Calendar days, (d) 10 Calendar days., FAR 52.216-21 Requirements (Oct 1995).,FAR 52.217-6 Option for Increased Quantity (Sep 1989) Within 60 days of contract expiration date., 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) 5 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 52.225-13 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 TBD. For information regarding this request for quotation contact Greg Rakes (252) 335-6642, e-mail grakes@arsc.uscg.mil or Tracey Burgess (252) 335-6091 e-mail tburgess@arsc.uscg.mil or mail to Contracting Officer, U.S. Coast Guard, ARSC, HH60 Procurement Office, Bldg 79, Elizabeth City, NC 27909-5001. Facsimile quotes are acceptable and may be faxed to (252) 335-6790. The Government's obligation under this solicitation and any subsequent contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. 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 grakes@arsc.uscg.mil or tburgess@arsc.uscg.mil or by calling the agency. Performance Work Statement 1.0. INTRODUCTION. This requirement defines tasks for obtaining parts and services needed for the overhaul of the Pump Module Assemblies and associated component parts that are utilized on the Coast Guard fleet of HH-60J aircraft. Funding for this contract will be provided from annual operating guide 41.00, Funds for Aircraft Maintenance. 2.0. SCOPE OF WORK. On an ?as required basis?, the contractor shall provide all necessary parts, material, labor, tooling, test equipment and facilities to evaluate and overhaul systems and subsystems of the HH-60J helicopter Pump Module Assemblies, as necessary to conform with the requirements of this Performance Work Statement (PWS), at the firm fixed prices specified in Section B. This PWS establishes the minimum requirements necessary to overhaul the Pump Module Assemblies. Required overhaul is to be accomplished in accordance with the manufacturer?s specifications. Parker-Hannifin Inc. is the original equipment manufacturer (OEM). The contractors shall provide their own manuals as the Coast Guard does not own nor can it provide this data. In order to perform necessary overhaul to components listed in Schedule B, the contractor must have access to the parts and data furnished directly by the OEM. Proposals shall include evidence of the foregoing access. Piece parts shall be new parts manufactured or approved by the OEM. Data includes complete overhaul manuals and service bulletins of the latest revisions required to perform necessary overhaul to components listed in Schedule B. 3.0. APPLICABLE SPECIFICATIONS. The following technical and operational directives are applicable to this requirement but are not deliverable under this contract. Except where otherwise noted, the latest revision in effect as of contract award date applies. The information contained in this section is not intended to be all-inclusive nor to detract from or modify procedures outlined in the manufacturers drawings, specifications and service bulletins, except where specifically noted herein. 3.1. MANUFACTURERS DRAWING AND SPECIFICATIONS: The contractor shall have access to the latest required maintenance, overhaul manuals, and Original Equipment Manufacturer's Drawings, Specifications and Service Bulletins to ensure that equipment is overhauled, calibrated and operating in accordance with latest manufacturer's performance/test/acceptance specification criteria. Drawings and specifications are proprietary and are not available from the Coast Guard. Coast Guard does not possess nor can it supply the aforementioned. The offeror will be responsible for obtaining all data. 3.2. SERVICE BULLETINS: The contractor shall be required to incorporate service bulletins issued prior to the date of contract if not previously accomplished. The service bulletins will fall under overhaul to be accomplished in accordance with Original Equipment Manufacturer's latest commercial build standard and shall be included in the proposed overhaul price. New service bulletins created and incorporated during performance of this contract may create new part number configurations, i.e., Class II changes, which will not change form, fit or function, will be replaced on an attrition basis unless directed by an Airworthiness Directive. In cases where the old configuration cannot be modified to the new, the new part number may be added to the overhaul contract. If applicable, contractor will provide within the 30-day period a flat rate overhaul price for the new part number to cover the remaining option years. Superseded parts, which have been removed, and replaced by new part number configurations are to be scrapped at contractor's facility in the presence of a DCMAO inspector or Coast Guard designated COTR. 4.0. DEFINITIONS. For the purpose of this contract, the following definitions apply: 4.1. OVERHAUL: To restore to original equipment manufacturer's (OEM) minimum functional performance specifications by disassembling, inspection, overhaul, assembly and testing of parts or components in accordance with OEM's current specifications and procedures. 4.2. REPLACEMENT: The substitution of a scrapped, consumable item with a new item manufactured or approved by the OEM or an unserviceable item which cannot be overhauled in accordance with OEM specifications shall be replaced with new parts manufactured or approved by the OEM. Other than new replacement parts will need prior Contracting Officer approval. 4.3. UNUSUAL DAMAGE: Items which have been severely damaged due to mishandling, mechanical failure or crash damage, or in which assemblies have been cannibalized. Items, which are missing consumable components, that are required to be replaced during overhaul, are not considered to be unusually damaged. 4.4. CANNIBALIZED: Components listed in Section B for which integral parts are missing when the component is provided to the contractor for overhaul. 4.5. MODIFICATION: To make basic or fundamental changes on items specified in the schedule of components when required by the Contracting Officer. The vendor shall also include the part number affixed to the modification. The contractor must be able to perform upgrades/modifications at the same time as the OEM, if contractor is other than the OEM. 4.6. B.E.R. Beyond Economical Overhaul: Items requiring overhaul to the extent that the total cost to overhaul exceeds 75% of the OEM?s new replacement cost, will be considered B.E.R. 4.7. AOG: An ?Aircraft on the Ground? condition, indicating that an otherwise operational aircraft is temporarily grounded awaiting overhaul and return of the part or component. This condition requires the component be handled as a high priority, and that its return be expedited. 4.8. QUALIFICATION OF PIECE PARTS: The aircraft engine, and its components are considered ?flight safety critical aircraft parts?. The use of piece parts or components other than OEM or DOD approved parts is prohibited without prior express written approval of the Contracting Officer. 4.9. ACMS: The Aviation Computerized Maintenance System (ACMS) is a computerized system used to record scheduled maintenance of aircraft components and assemblies. The contractor?s duties within ACMS consist of submission of required forms as outlined herein. 5.0. SPECIFIC REQUIREMENTS. The technical tasks described in this section shall require the contractor to furnish all labor, tooling; test equipment, material and facilities to provide overhaul support for all assemblies and components on an as required basis. Major tasks include, but are not limited to the following: 5.1 RECEIPT OF ITEMS: 5.1.1. Pump Assemblies and Components: Upon receipt of repairable items, the contractor shall notify the Contracting Officer in writing, providing the following information: (1) date the reparable(s) received; (2) confirmation of serial number(s); (3) confirmation of delivery order number. Notification via facsimile is acceptable. If ACMS tracked, identify at this time any components requiring configuration upgrading (modification). Ensure SCHR and CCRR correspond with component and conduct an inspection IAW manufacturer's specifications. In addition, when the component is received at the overhaul facility receiving dock, the contractor shall report any preservation or packaging discrepancies, missing parts or assemblies, cannibalized items or unusual damage to the Contracting Officer. 5.1.1.1. Aviation Computerized Maintenance System (ACMS) Tracked Material: If a component is ACMS tracked material the contractor shall; 5.1.1.1.1. Review the Significant Component History Record (SCHR) for Gas Turbine Assemblies for accuracy and completion. Report any preservation or packaging discrepancies or missing parts to the Contracting Officer. 5.1.1.1.2. Initiate a Contract Component Overhaul Record (CCRR) on serial number tracked parts. The form entry must include the specific reason for component rejection, both primary and secondary if applicable. 5.1.1.1.3. Annotate CCRR, listing Service Bulletins, which have been incorporated. 5.1.1.2. Missing Components: Within 30 calendar days after receipt of a component, the contractor shall notify the Contracting Officer in writing of any missing detail part(s) or sub-assembly(ies). The Contracting Officer shall then have 45 calendar days to provide formal disposition instructions to the contractor. The U. S. Coast Guard will be responsible to replace the missing detail part with an RFI or repaired detail part. A revised contract delivery schedule will be negotiated. 5.1.1.3. Cannibalized Components: Upon receiving components exhibiting cannibalization, the contractor shall immediately notify the Contracting Officer and DCMAO or Coast Guard designated COTR and discontinue all actions until the Contracting Officer determines to proceed with the overhaul/overhaul. DCMAO or Coast Guard designated COTR shall witness the remaining teardown and inspection of the component and shall be responsible for signing and dating the Contractor?s letter of notification. DCMAO?s or Coast Guard designated COTR?s signature does not infer acceptance, only acknowledges the claim. The letter of notification and the inspection/teardown report shall be submitted to the Contracting Officer for disposition. If overhaul is subsequently authorized, the contractor shall follow the procedures outlined in 5.2. 5.1.1.4. Unusual Damage: When components are received and the contractor's inspection indicates obvious misuse, unusual or severe damage, the contractor shall discontinue all actions until a DCMAO representative or Coast Guard designated COTR is notified and personally witnesses the continuance of inspection and tear down. The DCMAO representative or Coast Guard designated COTR will be responsible to sign and date the Contractor's Unusual Damage Claim Request. 5.1.1.4.1. The contractor shall, within fifteen calendar days from date the DCMAO representative or Coast Guard designated COTR witnesses the unusual damage, notify the Contracting Officer that the item is considered unusually damaged and requires an unusual damage evaluation. 5.1.1.4.2. The contractor shall, within thirty days from DCMAO or Coast Guard designated COTR verification, submit an Unusual Damage Report and a detailed breakdown covering all parts and overhaul needed to return the unit to the manufacturer's minimum performance specifications. The detailed breakdown shall contain the National Stock Number (NSN), Part Number (P/N), Nomenclature, serial number, cost breakdown, and a list of replacement parts and disposition of each. The proposal shall not include the work involved in the tear down/inspection process, as this would have been covered under the firm fixed teardown price. 5.1.1.4.3. Within thirty calendar days of receipt of Unusual Damage Report and proposal, the Contracting Officer will either authorize or deny overhaul or initiate negotiations. Upon mutual agreement as to price, the delivery order will be modified by a supplemental agreement. If it is in the Coast Guard's best interest not to have material overhauled, the Contracting Officer shall provide the Contractor with disposition instructions to return the material to the Aircraft Repair & Supply Center. NOTE: The contractor is at sole risk if material is overhauled prior to Contracting Officer's approval to commence overhaul. 5.2. OVERHAUL: The Contractor shall make necessary repairs to unserviceable components to return to a serviceable condition as set forth in accordance with Section 2.0 this PWS. Replace only those parts found missing or defective. Parts of a component found to be in a serviceable condition as a result of inspection and functional testing shall be reused. 5.2.1. BEYOND ECONOMICAL REPAIR REQUIREMENT: The contractor shall provide actual component repair breakdown and costs when overhaul of the material exceeds 75% of the OEM's new replacement cost. This information will be forwarded to the Contracting Officer who will provide final disposition. 5.2.2. NON-REPAIRABLE DETAIL PARTS: The contractor shall dispose of any part removed as non-repairable during the overhaul or modification process in accordance with the current ISO 9002 certified procedures. All ACMS tracked detailed components shall be properly documented on the Disenrollment Card #2572020,submitted IAW Section 5.1.1.1.2. 5.2.3. 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 overhauled under this requirement. During inspection and functional test, 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 in accordance with OEM's current specifications and drawings, 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 overhaul price. 5.3. ASSEMBLY AND PERFORMANCE TEST: The contractor shall reassemble all components upon completion of overhaul and conduct a performance test in accordance with the applicable directive(s) cited in Section 3.0. The contractor shall record the results of all performance tests and provide this documentation to the government upon request. 5.4. REPORTS/FORMS: 5.4.1. ACMS FORMS: The contractor shall provide a Contract Component Repair Record (CCRR) after completion of overhauled Pump Module Assemblies. Mail one copy to FC Business Systems, package one copy with APU and send one copy with invoice. Mailing Address: FC BUSINESS SYSTEMS C/O Commanding Officer USCG Aircraft Repair & Supply Center ATTN: ACMS Elizabeth City, NC 27909-5001 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-OCT-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN00696153-W 20041021/041019212133 (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.