Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
SOLICITATION NOTICE

J -- 8. J—Repair HU-25 Auxiliary Power Units (APU), Model GTCP36-100C, and components

Notice Date
8/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
333611 — Turbine and Turbine Generator Set Units 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-101026
 
Response Due
9/27/2004
 
Point of Contact
Damian Krull, HU25 Contract Specialist, Phone 252-334-5410, Fax 252-334-5427, - Linda Clark, HU25 Contract Specialist, Phone 252-334-5212, Fax 252-334-5427,
 
E-Mail Address
DCKrull@arsc.uscg.mil, LDClark@arsc.uscg.mil
 
Description
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-101026) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-24. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 333611 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-fix-price requirements contract. The USCG intends to award to a Federal Aviation Administration (FAA) authorized repair center who is able to repair the following items conforming to the Original Equipment Manufacturer’s (OEM’s) specifications, drawings, Service Bulletins, and performance requirements. Repair of the following: CLIN 0001 – P/N 3800030-2-1, NSN 2840-01-074-2941 (Gas Turbine Assembly), 10 each for each year of the base and option year periods. CLIN 0002 – P/N 3882600-3, NSN 2835-01-HS1-1027 (APU Fuel Control), 1 each for each year of the base and option year periods. CLIN 0003 – P/N 3830061-5, NSN 2910-01-291-5790 (Fuel Nozzle Control), 10 each for each year of the base and option year periods. CLIN 0004 – P/N 3830077-3, NSN 2835-01-178-0900 (Combustion Chamber), 3 each for each year of the base and option year periods. The contract will include a 3-year base period and one 2-year option period. Estimated effective date for contract performance is 01 October 2004. The first year of the base period will be from 01 October 2004 (or effective date whichever is later) through 30 September 2005. 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. Interested parties may submit a quotation, which shall include a performance work statement, performance metrics, incentives and disincentives programs, 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), and a firm-fixed-price quote for the following: U. S. COAST GUARD HU-25 AUXILIARY POWER UNIT REPAIR, STATEMENT OF OBJECTIVES 1.0 BACKGROUND: The U.S. Coast Guard currently operates twenty (20) HU-25 aircraft manufactured between 1982 and 1984 by Dassault Aviation, previously, Dassault-Breguet Aviation SA-Avions Marcel. These aircraft are used differently from general aviation as HU-25 missions frequently operate in salt laden environments. The Auxiliary Power Unit (APU) model GTCP36-100C is a gas turbine engine, which is essentially a self-contained power source providing pneumatic and rotational shaft power. The APU provides AC/DC electrical power for the HU-25 aircraft systems prior to engine start or during selected emergency procedures. It also provides a pneumatic source for the operation of environmental systems during ground operations. APU’s and their subcomponents are serial number tracked under the Coast Guard’s Aviation Computerized Maintenance System (ACMS). This tracking provides a historical record of repair, overhaul, maintenance, and item location and status. It also provides an effective method of configuration control. History has shown the APU to be highly reliable, with the exception of internal oil seals leaking oil in to the gas path. Otherwise, little more is required than scheduled maintenance and inspections. The APU requires Major Periodic Inspection (MPI) following: 2700 airframe operating hours, Foreign Object Damage (FOD), internal oil leaks, or mechanical failure beyond the scope of normal line maintenance. 2.0 OBJECTIVE: 2.1. The Coast Guard’s objective is to obtain the services of a Federal Aviation Administration (FAA) authorized repair center to repair and provide complete, ready-to-install GTCP36-100C APU’s for the HU-25 that are certified for flight with an FAA 8130-3 Flight Worthiness document. Repaired APU’s must conform to OEM’s specifications, drawings, Service Bulletins, and performance requirements as set forth in the OEM technical specifications. Honeywell International Defense and Space, 1300 West Warner Road, Tempe, AZ 85285-2200 is the OEM. The offeror is responsible for all necessary functions to perform the services requested. This includes, but is not limited to, required tooling, test equipment, parts, material, engineering services, management, maintenance, serviceable and non-serviceable parts storage, preservation, packaging, shipping, etc, to repair the GTCP36-100C APU’s. Packaging and preservation shall be In accordance With (IAW) maintenance manual GTCP36-100C chapter 49-20-00, Engine Servicing, step 2, dated 03 Sept. 1985. The offeror’s responsibilities to the Coast Guard Aircraft Computer Maintenance System (ACMS) consist of ensuring that the significant component history corresponds with the component. Configuration of the APU must be maintained by ensuring that all OEM Service Bulletins remain incorporated. 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 (ARSC) HU-25 Product Line and the winning offeror will baseline and monitor progress using agreed-to performance metrics and service level agreements. 2.2. To meet the Coast Guard’s objectives the offeror will be required to meet the following criteria: 2.2.1. Technical 2.2.1.1 Either possess or show ability to obtain adequate technical data, tooling, fixtures and parts to meet current OEM specifications as referenced in paragraph 2.1. 2.2.1.2. Provide a written Performance Metrics Plan. 2.2.1.3. Provide evidence of and ability to maintain a Quality System. 2.2.2. Past Performance 2.2.2.1. Provide documentation of having performed repair of similar or like items. 2.2.2.2. Provide Points of Contact for past performance documentation, for like or similar repairs that your company has performed during the past two years. Include references’ name, company, phone number, and e-mail address. 3.0 APPLICABLE DOCUMENTS: The following Technical Specifications are applicable: 3.1 Maintenance Manual GTCP36-100C, Chapter 49-20-00, Engine Servicing, Step 2, (dated 03 Sept. 1985). 4.0 SERVICE BULLETINS OEM Service Bulletins are subject to change during the contract period of performance. All service bulletins if not previously accomplished, shall be identified to the Contracting Officer. The contractor is responsible for obtaining service bulletins. Upon receipt of an APU requiring incorporation of such service bulletins, the contractor shall prepare a firm- fixed-price proposal IAW instructions listed below. Service bulletins created and incorporated during performance of this requirement may create new part number configurations, which supercede the previous configuration. In cases where the old configuration cannot be modified to the new, the new part number shall be added to the contract, by written modification. The contractor shall notify and request disposition instructions from the Contracting Officer for superceded parts, which have been removed and replaced by new part number configurations. Upon receipt of notification from the Contracting Officer that a service bulletin is required, the Contractor shall submit, within thirty (30) calendar days after receipt of the notification, a firm-fixed-price proposal for an incremental charge to be assessed each time the service bulletin is incorporated in a component. The proposal shall contain a breakdown of material and labor costs including hours, labor categories, labor rates, and applicable mark ups. The incremental charge agreed to for incorporation of a service bulletin shall apply only to those components into which the Contractor incorporates a required service bulletin, not those into which the service bulletin has been previously incorporated. Upon agreement of an incremental charge and issuance of a contract modification to reflect this change, the service bulletin shall be incorporated into each subsequent component received at the repair facility if said service bulletin has not already been incorporated. When service bulletin incorporation changes the Contract Line Item Number (CLIN) part number, the new part number shall be added to the Contract, by written modification. The same procedures apply if removal of service bulletins is required. 5.0 GOVERNMENT FURNISHED PROPERTY: One (1) APU Harness, P/N 3888080-1 will be provided to the contractor for testing of APU’s. The value of the harness is $1,141.50. IAW FAR 45.505-2(b)(2), the following components to be repaired and the value of government property to be shipped under this contract are as follows: P/N 3800030-2-1, Gas Turbine Assembly, $70,000.00 each P/N 3882600-3-2, APU Fuel Control, $9,900.00 each P/N 3830061-5, Fuel Nozzle Assembly, $1,619.68 each P/N 3830077-3, Combustion Chamber, $2,059.00 each GOVERNMENT PROPERTY FURNISHED FOR REPAIR: Failure of the Government to furnish such 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 under the Government Property clause of the contract. The Government reserves the right to do depot level repair of the components described in the Schedule of Supplies/Services. 6.0 DATA AVAILABILITY: OEM Technical data, Service Bulletins, drawings and specifications are proprietary and cannot be provided by the U.S. Coast guard. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Desired Delivery for CLIN 0001 is 180 days after receipt of material at the repair facility and Required Delivery is 220 days after receipt of material at the repair facility. Desired Delivery for CLINs 0002-0004 is 120 days after receipt of material at the repair facility and Required Delivery is 160 days after receipt of material at the repair facility. F.O.B. will be Destination. The contractor shall comply with ASTMD 3951-98, Commercial Packaging, Shipping and Storage Procedures, approved 10 Nov 1998. Items must be individually packaged in a separate box; suitable for shipment via land, air, or sea. Each package shall be individually labeled on the outside with the 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 temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of 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. Only when an AOG situation occurs, the outside of the shipping container will be marked in highly visible lettering “AOG”. All items are considered to be flight critical to USCG missions. Inspection shall be by Certificate of Conformance (COC) and acceptance, shall be performed by ARSC Quality Assurance Personnel. Anticipated date of award is 01 OCT 04. At the time of each delivery of supplies or services under this contract, the contractor shall prepare and furnish to the Government a properly completed packing slip. The packing slip shall include the following information: 1) National Stock Number, 2) Part Number, 3) Nomenclature, 4) Serial Number, 5) Delivery Order Number, 6) Line Item Number, and 7) Quantity. One copy of the packing slip shall be submitted with the shipment and shall be attached to the outside of the shipping carton. One copy of the Certificate of Conformance shall be attached to the outside of the shipping carton and one copy shall be attached to the original invoice when submitted to the payment office. Failure to do so will result in either nonpayment or a delay in payment. THE COAST GUARD RESERVES THE RIGHT TO PERFORM A SITE SURVEY OF THE CONTRACTOR’S AND SUB-CONTRACTOR’S CAPABILITIES. The following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulations (HSAR), Provisions and Clauses apply: 52.212-1 Instructions to Offerors – Commercial Items (Jan 2004) 52.212-2 Evaluation – Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 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 quote is identified as offering the best value solution. · The Source Selection Team (SST) may determine the best value for the Coast Guard merits a higher price based on technical superiority. The SST, 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: Factor 1 – Technical/Management Solution/Approach Factor 2 – Performance Measures and Metrics Factor 3 – Past Performance Factor 4 – Cost/Price Factors 1 and 2 are equal and each is significantly more important than Factor 3. While the Cost/Price is an important part of the integrated selection decision, the non-Cost/Price Factors are significantly more important than the Cost/Price factor. Cost/Price will become increasingly important as proposal evaluation ratings for technical factors approach equal. Enclosure: (1) Detailed Factors Enclosure (1) DETAILED FACTORS Factor 1: Technical Management/Solution/Approach The technical/management solution/approach will be evaluated for its quality and evidence of extent to which Offeror’s solutions will achieve Coast Guard objectives of auxiliary power unit (APU) and component part refurbishment (repair). The evaluation will include an assessment that the solution adheres to sound engineering, design and management practices and that the Offeror has a complete understanding of the objectives, constraints and is customer focused. Evidence of the quality of the technical management/solution/approach includes: (a) A comprehensive performance work statement and contract breakdown structure that identifies the services to be delivered to meet the program and mission requirements set forth in the statement of objectives. (b) A sound technical proposal that clearly demonstrates how implementation of the proposed solutions will deliver timely, stable, reliable, secure, flexible, responsive, compliant and cost effective services. (c) A sound partnering approach to management that demonstrates the ability to aggressively identify and apply information technology solutions to business processes. The management approach needs to provide: § Highly qualified and experienced key personnel with a proven track record of success in providing large enterprise-wide managed services under performance based arrangements. § Clear lines of communication between the Contractor’s team and the Coast Guard for timely problem identification, mitigation and resolution. § Active and continuing participation and involvement of senior corporate executives in ensuring the success of this program. (d) The Offeror’s validated process and procedures that ensure high quality performance, e.g., ISO 9000 type or other quality certifications, original equipment manufacturer (OEM) required service bulletins, FAA 8130-3 Flight Worthiness document. Factor 2: Performance Measures and Metrics The offered performance metrics and service level agreements will be evaluated for the extent they are: (a) Comprehensive in their ability to quantify, measure, track, and report operational performance relating to both system and management performance as well as achievement of Coast Guard objectives, (b) Identifying the highest level of service consistent with cost effectiveness, (c) Tied to performance incentives and disincentives that are directly related to meeting or exceeding mission critical performance metrics. Factor 3: Past Performance The past performance evaluation will examine how the Offeror’s past and present performance validates expected performance and customer satisfaction. The Coast Guard may use data obtained from other sources to conduct the past performance assessment, as well as that provided in the proposal. The past performance evaluation will also examine the Offeror’s actual performance on repair of similar or like items. This review will focus on the scope and complexity of the efforts, the performance measures/service levels applied, and the actual results achieved against those measures. Factor 4: Cost/Price Each Contractor’s cost/price proposal will be evaluated based on the following: (a) Evaluation or proposed price/cost. Offeror’s quote shall include a firm-fixed-price for each of the one-year ordering periods contained in the 3-year base and the 2-year option. (b) Reasonableness: Reasonableness will be established by the existence of adequate price competition and by comparing all, or a representative sample of the proposed prices/costs to industry average rates and/or rates from other contracts for similar work, etc. (c) 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/SubCLIN in the Contractor’s proposed cost/price proposal. 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 Contractor’s technical proposal. The price proposal should include sufficient detail to allow for complete evaluation, e.g. work breakdown, structure, material description, prices, labor categories, rates and hours. (End of enclosure) 52.212-3 Offeror Representations and Certifications – Commercial Items (May 2004) Alt I (Apr 2002). These certifications must be included with the quotation, copies may be obtained by calling the Agency or by downloading the document from FedBizOps, as posted under this solicitation. 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2003) ADDENDUM DUE TO SPACE LIMITATION OF FEDBIZOPS, INTERESTED PARTIES PLEASE CONTACT DAMIAN KRULL FOR COMPLETE INFORMATION UNDER THIS PROVISION. HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES 3052.209-70 Prohibition on Contracts With Corporate Expatriates (DEC 2003) DUE TO SPACE LIMITATION OF FEDBIZOPS, INTERESTED PARTIES PLEASE CONTACT DAMIAN KRULL FOR COMPLETE INFORMATION UNDER THIS PROVISION. 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 (MAY 2004), the following information is provided and identifies the clauses 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. STATEMENT IS FOR INFORMATION ONLY, IT IS NOT A WAGE DETERMINATION. Employee Class: (3) APU Mechanic (WG-10 Aircraft Mechanic), (2) Analyst (GS-7/9 Engineering Technician), (5) LRU Mechanic (WG-8 Aircraft Mechanic), (1) Line of Balance Material Associate (GS-7 Supply Technician), (2) Inspector (GS-9 Quality Assurance Specialists), (3) Lab Technician (GS-9 Electronic Technician). Benefits Required: Health & Welfare, as outlined in individual wage determination per location of performance, - (Req. 29 CFR 4.173) Holidays: - A minimum of ten paid holidays per year. Wage Determination Numbers 94-2024, 94-2025, 94-2058, 94-2311, 94-2398, 94-2494, 94-2522, and 94-2582 are applicable to this solicitation and the appropriate wage determination relating to the contract location of contract awardee. As a result of this solicitation and are available upon request by the agency or by download from the FedBizOps web site. 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders – Commercial Items (JUN 2004) DUE TO SPACE LIMITATION OF FEDBIZOPS, INTERESTED PARTIES PLEASE CONTACT DAMIAN KRULL FOR COMPLETE INFORMATION UNDER THIS PROVISION. Closing date and time for receipt of offers is 4 PM Local Time on 27 SEP 2004. 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; delivery date, and MUST include Offeror Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I. Copies are available by calling the agency or by downloading the document from FedBizOps as posted under this solicitation. Facsimile offers are acceptable and may be forwarded to 252-334-5427, attention Damian C. Krull. Electronic submission may be sent to dckrull@arsc.uscg.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/HSCG38-04-Q-101026/listing.html)
 
Record
SN00777477-F 20050330/050328212634 (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.