Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2005 FBO #1269
SOLICITATION NOTICE

16 -- USCG C130 PUMP HOUSING ASSEMBLY OVERHAUL

Notice Date
5/16/2005
 
Notice Type
Solicitation Notice
 
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-30017
 
Response Due
5/30/2005
 
Archive Date
6/14/2005
 
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 requirement will be satisfied using commercial acquisition procedures specified in FAR Part 12. This announcement constitutes the only solicitation; firm-fixed-price proposals for overhaul of the following items are being requested and a written solicitation will not be issued. Solicitation number HSCG38-05-Q-30017 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Quotation (RFQ). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 05-03. The North American Industry Classification System Code is 336413 and the size standard is unlimited. This synopsis/solicitation is issued for the overhaul of Housing Assembly, Pump; NSN 1610-00-005-8685, P/N 733872-2, quantity of 7 each. Overhauls shall be accomplished in accordance with Air Force Technical Order 3HA2-7-3 (latest revision). The Coast Guard does not maintain nor release Air Force Technical Orders. The contractor must have access to all applicable technical orders and is responsible for obtaining the technical orders. The source for this technical order is Warner Robins Air Logistics Command/LUTD, Robins Air Force Base, GA 31098. Point of contact at WR-ALC is Shana Middleton at 478-222-1263. This document contains technical data whose export is restricted by the Arms Export Control Act. The contractor shall propose a point of departure and point of entry within the continental United States and shall assume responsibility for all customs requirements and/or charges. Overhaul pricing shall include all replacement parts. All replacement parts shall be new, OEM approved parts. The Unites States Coast Guard will not provide Government Furnished Material for this requirement. Contract award for this requirement will not be delayed pending contractor registration or awaiting delivery of the overhaul directives. These items are identified as Flight Critical components and inspection shall be accomplished through documentation utilizing either Certificate of Conformance in accordance with FAR 52.246-15 and FAA Form 8130-3. Acceptance shall be performed by USCG ARSC Quality Assurance Personnel. Contractors shall also propose a firm-fixed price for scrapping reparable assemblies that are determined to be beyond economical repair during the overhaul process. Non-reworkable items replaced during the overhaul shall be disposed of as scrap, which means to render those items unusable for their intended purpose. Should any of the reparable assemblies be determined to be beyond economical repair, the contractor shall immediately notify the Contracting Officer and await disposition instructions. The contractor shall be entitled to the flat scrap rate charge specified in the award document. Offerors must possess a current FAA certification or an OEM certification to perform overhaul and service on the items listed above and must provide proof of these certifications with the proposal; or other certifications; (such as DOD Certification), to be submitted to the Contracting Officer for review and approval on a case by case basis. Components specified for overhaul are serial number tracked by the Coast Guard?s Aviation Computerized Maintenance System, (ACMS). The contractor shall maintain a legible component tracking form for each item reworked or overhauled. A copy of the tracking form shall be provided by request or upon award of the requirement. Firm-fixed prices do not include components received that indicate obvious misuse, cannibalization, or severe damage due to mishandling or crash damage. Components received in the above listed conditions will be handled on a case by case basis, after notification to the Contracting Officer of such condition. Within fifteen days of the determination, the Contractor shall submit a condition report for Unusually Damaged Items listing parts and labor required to accomplish the over and above work. The contractor shall be entitled to the firm-fixed-price specified in the contract for overhaul and any amounts proposed for over and aboves will be negotiated separately. High cost replacement parts and/or the presence of corrosion that does not exceed the tolerances stated in the overhaul directive, will NOT be considered as reasons for over and above proposals and will not necessitate re-negotiation of the overhaul prices. Offerors' proposals are to include a delivery schedule. Desired delivery to commence within 30 days after receipt of material. Required delivery date is 24 June, 2005. Accordingly, the contractor will be required to notify the Contracting Officer upon receipt of the reparables. Earlier deliveries are acceptable and desired at no additional cost to the Coast Guard. Fob point shall be destination. Copies of packing slips shall be affixed to the outside of the shipping container. Packaging of the items for return shipment shall be in accordance with the Contractor's best commercial practices with the following exceptions: Each item or unit must be individually packed in a separate box, carton, or crate. Each individual container shall be labeled on the outside with NSN , Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Line Item. Only Bar Coding of the NSN is necessary. The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Each unit shall be packaged to protect against electrostatic damage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of one year, but no preservation coating will be applied directly to the component. Packaging material shall NOT consist of the following material: popcorn, shredded paper, styrofoam of any type, or peanut style packaging. The contractor shall review all manufacturers' service bulletins, service information letters and equipment revisions for applicability against the reworked item's part number. The closing date for receipt of offers is 30 May, 2005, 3:00 pm, EDT. Points of contact are William D. Creef, Purchasing Agent, (252) 335-6640 or Bruce Williams, Contracting Officer, (252) 335-6557. Facsimile offers are acceptable and may be forwarded via fax number 252-335-6452. Award of this requirement will be based on lowest fair and reasonable price from a responsive and responsible offeror. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005) Offerors shall include a completed copy of this provision with their offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2003); FAR 52.203-6, Restrictions on Subcontractors Sales to the Government (Jul 1995), Alternate I, (Oct 1995); FAR 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns (Oct 2000); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52-222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.225-3, Buy American Act-North American Free Trade Agreement/Israeli Trade Act/Balance of Payment Program (May 2002); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-8, Cancellation, Recission, and Recovery of Funds for Illegal or Improper Activity; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Jun 1997); FAR 52.204-4, Printing/Copying Double-Sided on Recycled Paper (Aug 2000); FAR 52.211-15, Defense Priority and Allocation Requirements (Sep 1990); FAR 52.219-6, Notice of Small Business Set-Aside (Jul 1986); FAR 52.243-1, Changes Fixed Price (Aug 1987) Alternate I (Apr 1984); FAR 52.245-1, Property Records (Apr 1984); FAR 52.247-34, FOB Destination (Nov 1991). Defense Priorities and Allocations System Rating: DO-A1. Notice to Offerors: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time consuming litigation. Potential offerors who believe that a Coast Guard solicitation 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 offeror should then contact the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593. Telephone (202) 267-2285, Fax No. (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting office, contracting officer, and solicitation closing date. See Numbered Note 1.
 
Record
SN00808368-W 20050518/050516211528 (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.