Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2004 FBO #1088
MODIFICATION

J -- HU-25 APS143 Radar System Repair

Notice Date
11/16/2004
 
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
HSCG38-05-Q-101005
 
Response Due
12/23/2004
 
Archive Date
1/7/2005
 
Point of Contact
Tonya Bush, HU25 Contract Specialist, Phone 252-335-6195, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
TBush@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
Description
17. Solicitation is hereby amended to extend the closing date to 23 December 2004, 4:00PM local time. 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, HSCG38-05-Q-101005 incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-25. The North American Industry Classification System number is 336413. The small business size standard is 1000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures In Accordance With (IAW) FAR Part 13.5. The award will be based on FAR 6.302-1. Interested parties may submit a quotation, which shall include a performance work statement, performance metrics, and incentives/disincentives 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 will be anticipated), and a firm-fixed-price quote for the following: Prices must include both Level I Repair and Level II Repair as defined at number 4, ?Definitions? of this solicitation. Offerors must submit prices for each year of the Base and Option periods in order to be considered for award. ALL QUANTITIES ARE ESTIMATES. NSN PART NO. NOMENCLATURE 1ST BASEYEAR QTY LEVEL I NORMAL REPAIR QTY LEVEL II ABOVE NORMAL REPAIR NO FAULT FOUND 01-HS1-4761 527583-4 RECEIVER TRANSMITTER 7 1 1 01-HS1-4760 527775-1 ANTENNA PED ASSY 2 1 1 01-HS1-4752 527588-1 SIGNAL PROCESSOR ASSY 2 1 1 2ND BASE QTY LEVEL I NORMAL REPAIR QTY LEVEL II ABOVE NORMAL REPAIR NO FAULT FOUND YEAR 01-HS1-4761 527583-4 RECEIVER TRANSMITTER 7 1 1 01-HS1-4760 527775-1 ANTENNA PED ASSY 2 1 1 01-HS1-4752 527588-1 SIGNAL PROCESSOR ASSY 2 1 1 3RD BASE QTY LEVEL I NORMAL REPAIR QTY LEVEL II ABOVE NORMAL REPAIR NO FAULT FOUND YEAR 01-HS1-4761 527583-4 RECEIVER TRANSMITTER 7 1 1 01-HS1-4760 527775-1 ANTENNA PED ASSY 2 1 1 01-HS1-4752 527588-1 SIGNAL PROCESSOR ASSY 2 1 1 IST OPT YR QTY LEVEL I NORMAL REPAIR QTY LEVEL II ABOVE NORMAL REPAIR NO FAULT FOUND IST YR 01-HS1-4761 527583-4 RECEIVER TRANSMITTER 7 1 1 01-HS1-4760 527775-1 ANTENNA PED ASSY 2 1 1 01-HS1-4752 527588-1 SIGNAL PROCESSOR ASSY 2 1 1 IST OPT YR QTY LEVEL I NORMAL REPAIR QTY LEVEL II ABOVE NORMAL REPAIR NO FAULT FOUND 2ND YR 01-HS1-4761 527583-4 RECEIVER TRANSMITTER 7 1 1 01-HS1-4760 527775-1 ANTENNA PED ASSY 2 1 1 01-HS1-4752 527588-1 SIGNAL PROCESSOR ASSY 2 1 1 BACKGROUND The U.S. Coast Guard currently operates six HU-25D model aircraft manufactured between 1982 and 1984 by Dassault-Breguet Aviation SA-Avions Marcel. The HU-25D uses the Telephonics APS143 Radar System. These aircraft are used in surveillance missions that are performed mainly over water with aircraft and communication system components being exposed to salt-laden environments. Line Replaceable Units (LRU?s) contained within each system are serial number tracked under the Coast Guard?s Aviation Computerized Maintenance System (ACMS). This tracking provides, but is not limited to: an individual LRU historical record of repair and/or overhaul; tracking of component time (time since new (TSN)/time in service (TIS), time since overhaul (TSO), and mean time between failure (MTBF); component status; and physical location. OBJECTIVE The Coast Guard?s objective is to obtain services of a Federal Aviation Administration (FAA) authorized repair center, or equivalent, to effectively repair/overhaul and provide complete, ready-to-install HU-25 LRU?s. Repaired/overhauled LRU?s must meet the OEM current specifications and must perform at the system level. Each LRU when installed shall be required to operate/interact with the other LRU?s within the Forward Looking Infrared (FLIR) and Over the Horizon Airborne Sensor Information System (OASIS) without need of adjustment or degradation of system operation. The system is also comprised of many subcomponents that provide video and power distribution to operate these LRU?s. The offeror is responsible for all necessary functions to perform services requested. This includes, but is not limited to: trained personnel, required tooling, calibrated test equipment, FAA and/or OEM approved replacement parts, publications and documents pertaining to the LRU, preservation and shipping. The offeror?s responsibilities to Coast Guard ACMS consist of ensuring that the significant component history corresponds with the component, and that all OEM service bulletins 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 chosen offeror will baseline and monitor progress using agreed-to performance metrics and service level agreements. To meet the Coast Guard?s objectives, the offeror will be required to meet the following criteria: 1. Technical: a. Provide detailed work specifications for baseline repair of LRU?s. b. Provide a written Performance Metrics plan. c. Provide evidence of an ability to maintain a Quality System acceptable to the Coast Guard. d. Possess or show ability to obtain adequate technical data, tooling, and fixtures to meet the OEM current specifications. e. Provide an incentive proposal. f. Provide repercussions for failure to meet Turn-Around-Time (TAT). 2. Past Performance: a. Provide documentation for having performed repair/overhaul of similar or like items. b. Provide points of contact for past performance documentation for the past two years. Include reference?s name, company, phone number, and e-mail address. 3. Pricing: Provide a firm-fixed price for repair of the part numbers listed above for ALL years including both Level I and Level II Repairs. 4. Definitions: a. Turn around Time (TAT): Turn around time is defined as the time item is received at vendor?s facility until item is returned to ARSC or designated Air Station. b. Premature Failures: Premature failures are identified as those failures which occur during testing prior to installation or within the first 250 hours of operation. Note: Premature failures found to be ?No Fault Found? will not be considered in the premature failure penalty clause. c. Level I Repair: Test/inspect/repair as necessary. This work consists of inspection, failure analysis, defective part(s) replacement if necessary, and testing to meet the OEM?s functional return to service requirements. d. Level II Repair: Over and above a Level I Repair for units showing excessive degradation. APPLICABLE DOCUMENTS The following Technical Specifications are applicable: 1. OEM current repair and maintenance support documentation. 2. OEM Service Bulletins (SB-) DATA AVAILABILITY The Coast Guard does not possess and cannot provide OEM Service Bulletins and specifications. PACKING SLIP At the time of each delivery of supplies or services under this contract, the contractor must furnish to the Government a properly completed packing slip. This packing slip must include the following information: 1) National Stock Number (NSN), 2) Part Number (P/N), 3) Nomenclature, 4) Serial Number (S/N), 5) Delivery Order Number, 6) Line Item Number, and 7) Quantity. One copy of the packing slip shall be attached to the outside of the shipping container. CERTIFICATE OF CONFORMANCE (COC) and/or an FAA FORM 8130-3/8130-4 AIRWORTHINESS APPROVAL TAG Contractor shall furnish a COC and/or an FAA Form 8130-3/8130-4 Airworthiness Approval Tag for material under this contract. The COC and/or airworthiness approval tag must be attached to the outside of the shipping carton and a copy must be attached to the invoice. Failure to do so will result in a delay in payment. PACKAGING/MARKING The contractor shall comply with ASTM D 3951-98 Commercial Packaging, shipping and Storage Procedures (Approved 11/10/98, issued 1/99). Each individual container shall be labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage with a temperature ranging from 95 to 40 degrees Fahrenheit and high humidity for a period not less than 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. When an AOG situation occurs, the outside of the shipping container will be marked in highly visible lettering ?A.O.G.?. The contractor shall remove the unserviceable tag, DD FORM 1577-2 from the components. The Coast Guard Avionics Tracking (metallic) bar code shall remain attached, unobscured, with the applicable component. INSPECTION AND ACCEPTANCE Acceptance shall be performed by ARSC personnel for count and condition only. If unit is shipped to an Air Station, Air Station personnel will perform this duty. Repaired/modified components found to have deficiencies will be reported on standard form ?SF 368?, Product Quality Deficiency Report, to the contractor for investigation. The contractor shall report findings of the investigation, within 10 calendar days after receipt of quality deficient exhibit, to the Contracting Officer. PERFORMANCE PERIOD OF PERFORMANCE The period of performance shall consist of one base period to begin at time of award through three years and one option period of two years. The total duration of this contract shall not exceed five years. The base period will be from 01 October 2005, or date of award, whichever is later, through 30 September 2008. The two-year option period follows consecutively through 30 September 2010. SHIPPING INSTRUCTION Repaired/modified components shall be shipped FOB destination (except when AOG occurs, see paragraph 6.3 or unless otherwise noted on delivery order) to the following address: U. S. Coast Guard Aircraft Repair and Supply Center Receiving Section, Building 63 Elizabeth City, NC 27909 MARK FOR: ( contract number to be provided at time of award) DELIVERY ORDER NO. ____________________________ (assigned upon issuance) ITEM NO. ____________________________ (assigned upon issuance) DELIVERIES DELIVERY SCHEDULE The Government desires delivery no later than thirty (30) calendar days after receipt of material (ARM) at contractor's repair facility and is required no later than sixty (60) calendar days. The contractor may propose an earlier delivery. The contractor's proposed earlier delivery schedule will then be the required delivery schedule for the contract. EARLY DELIVERIES. The contractor is requested to ship items completed prior to the required delivery date, if no additional charges occur to the government. URGENT REQUIREMENTS Aircraft on the ground, (AOG), status necessitates a special schedule. Delivery shall be no longer than seven (7) calendar days from contractor's receiving dock to contractor's shipping dock. Material shall be shipped by the fastest traceable means, i.e., Federal Express "next day delivery". The shipping container shall be marked on the outside in a highly visible method "A.O.G.". The contractor will be allowed an "Expediting" surcharge which shall not be included in the firm-fixed-repair price. The AOG clause is estimated to be used twice a year. MATERIAL TRACKING SYSTEM REQUIREMENTS The contractor shall maintain a legible component tracking form for each item repaired/modified. The tracking form shall show the component's part number, nomenclature, serial number and specific repair performed including man-hours and materials. Replaced electronic components shall be identified by the electronic schematic component designation. In addition the contractor shall review all manufacturer's service bulletins, service information letters and equipment revisions for applicability against the repaired item's part number. The contractor shall indicate on the tracking form those which are applicable and whether or not they have been installed on the serial number item being reworked. The specific form (ie..contractor's existing form) to be used shall be submitted with the contractor's proposal, at which time it will be reviewed for the required information and acceptability by the Contracting Officer. Within five calendar days after repair completion three legible copies of the tracking form are to be distributed as follows: A. 1 copy shall be attached to the original invoice. B. 1 copy shall be placed inside of the shipping container with the repaired or overhauled component. C. 1 copy shall be mailed to: Commanding Officer USCG Aircraft Repair & Supply Center Attn: Code 3200 (Tracking Data Entry) Elizabeth City, NC 27909-5001 D. 1 copy shall be mailed to: Commanding Officer USCG Aircraft Repair & Supply Center Attn: Judy Jones, HU-25 Supply, Bldg 79 Elizabeth City, NC 27909-5001 GOVERNMENT PROPERTY Failure of the Government to furnish any of the line items in the amounts or quantities described in the schedule of supplies/services as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price. The Government reserves the right to do depot level repair of the components found in the Schedule of Supplies/Services. IAW FAR 45.505-2(b)(2), the value of government property to be shipped under this contract is $403,462.50 each (P/N 527583-4) $172,900.00 each (P/N 527775-1) $293,825.00 each (P/N 527588-1) The following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR), Provisions and Clauses apply: FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2004) FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999) Award will be made utilizing the following factors: price, delivery, and past performance FAR 52.212-3 Offeror Representations and Certifications Commercial Items (May 2004) Alt I (Apr 2002). These certifications must be included with quotation, copies may be obtained by calling the Agency or by downloading the document from FedBizOps as posted under this solicitation. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003) ) DUE TO SPACE LIMITATIONS IN FEDBIZOPS INTERESTED PARTIES PLEASE CONTACT TONYA BUSH (TBUSH@ARSC.USCG.MIL) TO OBTAIN FULL LIST OF CLAUSES. 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/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Oct 2004) DUE TO SPACE LIMITATIONS IN FEDBIZOPS ALL INTERESTED PARTIES PLEASE CONTACT TONYA BUSH (TBUSH@ARSC.USCG.MIL) TO OBTAIN FULL LIST OF CLAUSES. Closing date and time for receipt of offers is 30 November 2004, 4:00 pm, Local Time. PRICES MUST REMAIN EFFECTIVE FOR 90 DAYS AFTER CLOSING OF SOLICITATION. All responsible sources may submit a proposal which shall 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. Facsimile Offers are acceptable and may be forwarded via fax number 252-334-5427, attention Tonya Bush. Electronic submission may be sent to tbush@arsc.uscg.mil. Effective date of award is 01 October 2005. 18. N/A!! 19. N/A!! Enclosure (1) to COMDTINST 4200.14, NOTICE FOR FILING AGENCY PROTESTS, is attached. Enclosure (1) to COMDTINST 4200.14 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
 
Place of Performance
Address: Farmingdale,NY
Zip Code: 11735
Country: U.S.
 
Record
SN00708603-W 20041118/041116211521 (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.