Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
MODIFICATION

29 -- Piece Parts of the Hamilton Sundstrand Constant Speed Motor

Notice Date
11/17/2004
 
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-101006
 
Response Due
12/23/2004
 
Archive Date
12/31/2005
 
Description
This amendment is issued to reflect an extension in the response date for this combined synopsis/solicitation. Only the response date has changed. The response date shall now read Dec. 23, 2004. 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 incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-25. The North American Industry Classification System (NAICS) code is 336413. The small business size standard is 1,000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. This contract will be awarded as a firm-fixed-price requirements contract. The award will be based on FAR 6.302-1. The USCG intends to negotiate and award to Hamilton Sundstrand Corporation, Rockford, IL, the Original Equipment Manufacturer (OEM) of the Constant Speed Motor used on the HU-25 Falcon Jet. The CSM is a variable displacement, axial piston, half-head type hydraulic motor. The CSM converts hydraulic pressure into rotary output power to drive the aircraft auxiliary generator. THE COAST GUARD INTENDS TO AWARD THIS CONTRACT WITH A BASE PERIOD OF THREE YEARS AND ONE OPTION PERIOD OF TWO YEARS. QUANTITIES LISTED BELOW ARE ESTIMATED REQUIREMENTS FOR EACH CONTRACT YEAR. Estimated effective date for contract performance is 1 Jan 05. The first year of the base period will be from 1 Jan 05 (or effective date whichever is later) through 31 Dec 05. Each successive year of the base and option periods will run consecutively. OFFEROR MUST SUBMIT PRICES FOR EACH YEAR OF THE BASE AND OPTION PERIODS IN ORDER TO BE CONSIDERED FOR AWARD. Offerors are invited to submit prices that include quantity discounts, if applicable, for the following items: Item 1ST BASE YEAR 2ND BASE YEAR 3RD BASE YEAR OPTION PERIOD YEAR 1 OPTION PERIOD YEAR 2 Niin Part Number Nomenclature 1 10 10 10 10 10 5365-01-243-4783 703344-1 SHIM 2 10 10 10 10 10 5365-01-243-8357 703344-3 SHIM 3 10 10 10 10 10 5365-01-243-8358 703344-4 SHIM 4 10 10 10 10 10 5365-01-243-8359 703344-5 SHIM 5 10 10 10 10 10 5365-01-243-8362 703344-8 SHIM 6 10 10 10 10 10 5310-01-273-4384 708319 WASHER,FLAT 7 20 20 20 20 20 5310-01-273-4385 708342 WASHER,FLAT 8 40 40 40 40 40 5310-01-273-9845 706238-3 WASHER,KEYWAY 9 40 40 40 40 40 5315-01-279-1329 706321 PIN,STRAIGHT,HEADLE 10 50 50 50 50 50 5365-01-307-1568 682584 SPACER 11 20 20 20 20 20 3110-01-312-4978 703328 RETAINER,ROLLER,BEA 12 20 20 20 20 20 3040-01-312-5004 705321 HOUSING,MECHANICAL 13 25 25 25 25 25 5360-01-312-5010 708317 SPRING,HELICAL,COMP 14 30 30 30 30 30 5360-01-312-5011 708316 SPRING,HELICAL,COMP 15 30 30 30 30 30 5331-01-315-1292 707549-6 O-RING 16 10 10 10 10 10 1650-01-315-5137 723350 PISTON-HYDRAULIC 17 20 20 20 20 20 5330-01-315-9547 705743 RETAINER, PACKING 18 20 20 20 20 20 3110-01-324-0600 4004C8-8-24 ROLLER, BEARING 19 15 15 15 15 15 1650-01-326-0857 705771 SWASHPLATE CONTROLL 20 20 20 20 20 20 1650-01-326-0858 706138 SWASHPLATE CONTROLL 21 15 15 15 15 15 2840-01-326-7049 730279 SEAL,METALLIC SPGCI 22 15 15 15 15 15 3110-01-326-9029 705767 RING BEARING OUTER 23 15 15 15 15 15 5315-01-326-9112 706180 PIN,STRAIGHT,HEADLE 24 30 30 30 30 30 1650-01-326-9155 703378GA PISTON LINEAR ACTUA 25 20 20 20 20 20 1650-01-326-9156 703378GB PISTON LINERAR ACTU 26 15 15 15 15 15 3110-01-327-6448 706585 RETAINER,ROLLER BEA 27 10 10 10 10 10 5315-01-328-0407 705826 KEY, MACHINE 28 10 10 10 10 10 1650-01-328-4764 708553 SLEEVE 29 5 5 5 5 5 1650-01-332-8883 723351 COVER,HYD,PUMP MOTO 30 10 10 10 10 10 1650-01-332-8884 708302 CYLINDER,SLEEVE 31 14 14 14 14 14 1650-01-333-9495 703378GX PISTON LIN ACT CYLI 32 14 14 14 14 14 1650-01-333-9496 703378GD PISTON LIN ACT CYLI 33 14 14 14 14 14 1650-01-333-9497 703378GY PISTON LINERA ACT C 34 14 14 14 14 14 1650-01-333-9498 703378GC PISTON LIN ACT CYLI 35 15 15 15 15 15 1650-01-333-9499 723347 RETAINER 36 2 2 2 2 2 3110-01-430-8713 703357 RACE 37 5 5 5 5 5 5340-01-432-2702 705780 SEAT 38 10 10 10 10 10 1650-01-438-5968 723341 HOUSING,LIQUID PUMP 39 10 10 10 10 10 3040-01-438-6230 723345 SHAFT,SHOULDERED 40 10 10 10 10 10 4810-01-438-7907 723358 SLEEVE AND SLIDE,DI 41 15 15 15 15 15 1650-01-438-7999 723361 CAP,VALVE 42 5 5 5 5 5 9905-01-440-6892 703746 PLATE,IDENTIFICATIO 43 20 20 20 20 20 1650-01-442-1169 723356 WEIGHT,GOVERNOR,CON 44 20 20 20 20 20 1650-01-HR1-5105 3414-115P RING 45 20 20 20 20 20 1650-01-HR1-5137 705763 BLOCK 46 5 5 5 5 5 5305-01-HR1-5161 708318 SCREW 47 15 15 15 15 15 1650-01-HR1-5176 723353A HOUSING 48 4 4 4 4 4 6115-01-244-9914 942D762-2 END BELL,ELECTRICAL 49 10 10 10 10 10 5365-01-243-8363 703344-9 SHIM 50 10 10 10 10 10 5365-01-243-8364 703344-10 SHIM 51 25 35 45 55 65 5305-01-293-8477 0646C1032-8 Screw, Cap, Socket He 52 60 90 90 90 90 5360-01-312-5009 703399 SPRING,HELICAL,COMP 53 5 5 10 5 5 5330-01-315-5124 708353 Retainer, sleeve sea 54 10 10 10 20 20 4820-01-326-9135 708305 Piston Valve 55 15 20 15 20 15 5330-01-326-9138 730278 Retainer, sleeve sea 56 5 10 5 10 5 1650-01-436-1345 708352 Housing, Liquid Pump 57 5 5 5 5 5 1650-01-438-5798 723392A Housing, Liquid Pump 58 5 5 5 5 5 5307-01-438-6394 708513 Stud, Ball 59 5 5 10 5 10 5315-01-438-7908 726415 PIN,STRAIGHT,HEADLE 60 5 10 5 10 5 1650-01-440-6818 705790 Housing, Liquid Pump 61 5 5 5 5 5 5330-01-HR1-5169 709193 Retainer CLINs 9, 16, 19, 20, 22, 24, 25, 26, 27, 29, 35, 38, 39, 47, 54, 58, and 61 are flight critical in Coast Guard missions. 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 21 Jan 2005, but is not an exact date. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909 marked for Field Stock (00001). F.O.B. point will be in accordance with contractors standard commercial practice. 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. 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.?. INSPECTION/ACCEPTANCE: Inspection and acceptance of material shall be performed by DCMA located at contractors facility. LEVEL OF INSPECTION/QUALITY SYSTEM: The contractor shall provide and maintain a quality system in compliance with ISO 9001 or ISO 9002, ANSI/ASQC, Q9001, Q9002 or a Quality System that is acceptable to the government. Vendor shall indicate quality system used. DESIRED DELIVERY SCHEDULE: Desired delivery is 120 days after receipt of order. Required delivery is 180 days after receipt of order. ACQUISITION REQUIREMENTS ARE FOR NEW MATERIAL ONLY. The items being procured are end items. Acquisition requirements are for new material only. The items being procured are piece parts used in the repair of the HU-25 Constant Speed Motor (CSM). The material itself is not ?repairable? and it is not available as an overhauled certified item; therefore reconditioned or used material would be unacceptable. All responsible sources may submit a proposal which shall be considered by the Agency. Sources shall be certified by the FAA or the OEM. ALL parts must be OEM certified or if the awardee is other than the OEM, the awardee must be capable of providing OEM manufactured parts with traceability. Tracebility means that the awardee must be able to show a clear, documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. GOVERNMENT FURNISHED PROPERTY: The USCG shall furnish to Sundstrand Aerospace the following Government Furnished Property for use in manufacturing part number 723353A; 1) P/N OVT01417 valued at $33,836.00 and 2) P/N OVT01418 valued at $33,826.00. This property was manufactured by Sundstrand Aerospace and is currently located at Sundstrand under contract DTCG38-00-P-100002 and will be transferred to this contract upon contract award. The following Federal Acquisition Regulation and Homeland Security Acquisition Regulations, 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, past performance, and quality. The Coast Guard intends to award one contract to the contractor whose quote is identified as offering the best value solution for the government. 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. HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES 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) 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) 3052.245-70 Government Property Reports (Dec 2003 (a) The Contractor shall prepare an annual report of Government property in its possession and the possession of its subcontractors. (b) The report shall be submitted to the Contracting Officer not later than September 15 of each calendar year on Form DHS F 4220.43, Contractor Report of Government Property End of Claus FAR 52.212-4 and FAR 52.212-5 DUE TO SPACE LIMITATIONS OF FEDBIZOPS, INTERESTED PARTIES PLEASE CONTACT LINDA CLARK FOR COMPLETE INFORMATION UNDER THIS SOLICITATION. Closing date and time for receipt of offers is 22 November 2004, 4:00 pm, Local Time. PRICES MUST REMAIN EFFECTIVE FOR 90 DAYS AFTER CLOSING OF SOLICITATION. 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, quantity discounts, 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. 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 Linda Clark. Electronic submission may be sent to ldclark@arsc.uscg.mil. Enclosure (1) to COMDTINST 4200.14, NOTICE FOR FILING AGENCY PROTESTS, is attached. 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
SN00709203-W 20041119/041117211526 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.