Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

16 -- Repair/Overhaul Oxygen Masks

Notice Date
8/19/2005
 
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-101046
 
Response Due
10/3/2005
 
Archive Date
10/18/2005
 
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 announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This Request for Quotation, (HSCG38-05-Q-101046) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 336413 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 award will be based on FAR Part 6.302-1. 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/overhaul the following item conforming to the Original Equipment Manufacturer?s (OEM?s) specifications, drawings, Service Bulletins, and performance requirements. Repair/Overhaul of the following: CLIN 0001 ? REPAIR of P/N: MF10-03-02, NSN: 1660-14-484-0757 (Oxygen Mask), 0 each for each year of the base period, with 24 each for each year of the option period. CLIN 0002 ? OVERHAUL of P/N: MF10-03-02, NSN: 1660-14-484-0757 (Oxygen Mask), 56 each for the first 2 years of base period, with 48 each for the third year of the base period, with 24 each for each option year period. The contract will include a 3-year base period and one 2-year option period. The total duration of this contract shall not exceed five years. Estimated effective date for contract performance is 01 December 2005. The first year of the base period will be from 01 December 2005 (or award date whichever is later) through 30 November 2006. Each successive year of the base and option periods will run consecutively. VENDOR 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 OXYGEN MASK REPAIR/OVERHAUL, 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 EROS Full Face Quick Donning Oxygen Mask, P/N MF10-03-02, manufactured by GIE-EROS, Plaisir, France, was installed in these aircraft in 1991 and 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. 2.0 OBJECTIVE: 2.1. The Coast Guard?s objective is to obtain the services of the OEM or a Federal Aviation Administration (FAA) authorized repair center to effectively repair and overhaul (as defined in paragraph 2) and provide complete, ready-to-install HU-25 oxygen masks. Repaired/overhauled oxygen masks must meet the OEM?s specifications and be In Accordance With (IAW) Component Maintenance Manual (CMM) 35-13-61, REV 2, dated 01/31/2003 and Coast Guard Time Compliance Technical Order (TCTO) HU-25 935030.0, dated 08/01/1992. The Coast Guard has placed all oxygen mask parts, with the exception of Regulator Assembly, P/N RMC 1007-4, on condition to be replaced as necessary. The Regulator Assembly, P/N RMC1007-4, requires overhaul every six (6) years. GIE-EROS, Plaisir, France is the OEM. The Coast Guard anticipates two (2) levels of repair. First, a repair is considered as test/inspect/return to service, as necessary. This work consists of inspection, failure analysis, defective part(s) replacement (i.e., Harness Assy., Microphone Assy., Hose Supply Assy., and Mask Assy.), if necessary, and testing to meet the OEM?s functional return to service requirements (component time continues). Secondly, an overhaul is considered over and above the repair scope and includes overhaul of the regulator assembly and the replacement of additional parts as necessary. An overhaul zeroes the Time Since Overhaul (TSO). In addition, OEM Dust Cover P/N 59447-00 to Hose Assembly P/N DTS series must be installed for both repair and overhaul. The offeror shall provide a cost breakdown for parts and labor. At a minimum, these two (2) levels of service should be addressed in the offeror?s technical and cost proposal. Offerors may propose additional levels of service. The prospective contractor is responsible for all necessary functions to perform the services requested. This includes, but is not limited to, required tooling, manuals, test equipment, parts, material, engineering services, management, maintenance, preservation, packaging, shipping, etc., to repair/overhaul the oxygen masks. The prospective contractor?s responsibilities to the Coast Guard ACMS consist of ensuring that the significant component history corresponds with the component, and that all OEM Service Bulletins and Coast Guard TCTOs 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 prospective contractor will develop, submit and monitor progress using agreed-to performance metrics and service level agreements. 2.2. Definitions 2.2.1. Level I Repair: Work consists of inspection, failure analysis, defective part(s) replacement (if necessary) and testing to meet the OEM?s functional return to service requirements. Repair does not zero the component time. 2.2.2. Level II Repair: Overhaul ? considered over and above the Level I Repair scope and includes overhaul of the regulator assembly and the replacement of additional parts as necessary. Overhaul zeros the component Time Since Overhaul (TSO). 3.0 APPLICABLE DOCUMENTS: The following Technical Specifications are applicable: OEM Component Maintenance Manual: 3.1.1. CMM 35-13-61, REV 2, dated 01/31/2003 CG Technical Orders: 3.2.1. CG TCTO HU-25 935030.0, dated 08/01/1992 Data Availability: 3.3.1. OEM manuals, Service Bulletins and specifications are proprietary and cannot be provided by the United States Coast Guard. 3.3.2. Coast Guard specific CGTOs can be acquired through the Freedom of Information Act (FOIA). Submit a written request to: Commanding Officer Attn: ARSC FOIA Officer United States Coast Guard Aircraft Repair & Supply Center Elizabeth City, NC 27909-5001 4.0 SERVICE BULLETINS 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 oxygen mask 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: IAW FAR 45.505-2(b)(2), the following component to be repaired and the value of government property to be shipped under this contract is as follows: P/N MF10-03-02, Oxygen Mask, $6,240.64 each 6.0 GOVERNMENT PROPERTY FURNISHED FOR REPAIR: Failure of the Government to furnish such items in the amounts or quantities described in theSchedule of Supplies/Services an 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. 7.0 DELIVERY/PACKAGING/SHIPPING 7.1. Delivery Schedule: Desired Delivery for CLINs 0001 and 0002, is 30 days after receipt of material at the repair facility and Required Delivery is 120 days after receipt of material at the repair facility. 7.2. Packaging Instructions: The contractor shall comply with ASTM D 3951-98, Commercial Packaging, Shipping and Storage Procedures, approved 10 Nov 2004. 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. 7.3. Shipping: Components shall be shipped FOB destination, unless otherwise noted on the delivery order or a modification, to the following address: United States Coast Guard Aircraft Repair and Supply Center Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001 Mark For: Field Stock (00001) 7.3.1. 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. 7.3.2. Aircraft On Ground (AOG): Only when an AOG situation occurs, the outside of the shipping container will be marked in highly visible lettering ?AOG?. Material shall be shipped by the fastest traceable means. 8.0 INSPECTION AND ACCEPTANCE Inspection and acceptance shall be performed by ARSC Quality Assurance Personnel. The contractor shall provide a Certificate of Conformance (COC) or a Federal Aviation Administration (FAA) Form 8130-4, which shall be attached to each component, a copy with the packaging slip and a copy included with the original invoice when submitted to the payment office. Failure to do so will result in either nonpayment or a delay in payment. Anticipated date of award is 18 Nov 05. 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 2005) ADDENDUM To meet the Coast Guard?s objectives the prospective contractor will be required submit a quotation , which shall address at a minimum: Technical Data: 1. Detailed work specifications for repair and overhaul 2. Possess or show the ability to obtain adequate technical data, tooling and fixtures to meet the OEM?s repair/overhaul/test requirements. 3. Provide evidence of and the ability to maintain a Quality System acceptable to the United States Coast Guard. 4. Quality Certifications 5. Reliability of Services Performance Metrics: 1. Performance Work Statement 2. Company strategy, Mission Statement, stated goals and objectives. 3. Staffing structure for workload management. 4. Identification of key personnel. 5. Performance measurement criteria against stated goals and objectives. 6. Regularly scheduled management meetings to review and evaluate performance indicators. 7. Plan of inventory replacement parts to preclude delinquent deliveries. 8. Management plans for subcontractors participating on a major scale. 9. Customer satisfaction monitoring. 10. Corrective actions and procedures. 11. Provide a delivery schedule. Past Performance: 1. Provide documentation for having performed repair and overhaul of similar or like items. To include:  Turn-around time  The number, frequency, and severity of quality deficiencies.  Resolution of quality deficiencies after notification.  Percentage of on-time deliveries for referenced contracts.  Responsiveness to urgent requirements/contractual issues. 2. Provide points of contact for past performance documentation, over the past two years, on the servicing of similar or like items, which shall include the references? name, company, phone number and e-mail address. Cost Proposal 1. Provide separate cost breakdowns inclusive of parts and labor for each level of service. Vendor proposed cost breakdowns for different levels of repair are acceptable. 2. Provide an Incentives and Disincentives program 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 Factor 2 ? Performance Metrics Factor 3 ? Past Performance Factor 4 ? Cost/Price Technical factors 1 and 2 are equal in importance and significantly more important than factor 3. While the cost/price is an important part of the integrated selection decision, the non-price factors (1, 2 and 3) are significantly more important than the price factor. However, as technical proposal become substantially equal, price may be the determining factor in selecting a proposal for award. Any conversations with the present or former customers will be documented. Enclosure: (1) Detailed Factors Enclosure (1) DETAILED FACTORS 1. Technical Vendors detailed work statement. Evidence and ability to maintain a quality system acceptable to the Coast Guard. Repair must meet the Original Equipment Manufacturer?s (OEM) form, fit and function specifications to ensure installation and operational characteristics are met. 2. Performance Measures and Metrics The performance measures and metrics will be evaluated for the extent they are comprehensive in their ability to quantify, measure, track, and report operational performance relating to both system and management performance as well achievement of Coast Guard objectives, identify the highest level of service consistent with cost effectiveness, and will be tied to performance incentives and disincentives that are directly related to meeting or exceeding mission critical performance metrics. 3. Past Performance Past Performance will consider documentation for having performed repair of similar or like items. Past performance will consider the opinions of existing and former customers during the past 2 years. The past performance factor will be based on adherence to ability to perform a successful repair, delivery schedule, willingness and ability of contractor to resolve problems. Great care needs to be exercised so that ?past performance? information is considered under the appropriate heading and not confused with ?technical?. 4. Price related factors Compare offered prices against the Government estimate and review each proposal for level of work offered based on number of labor hours, hourly rates and material costs to evaluate price reasonableness. Determine if the Incentive/Disincentive program offered is acceptable to the USCG. Evaluating what the program is to measure and how it is to be tracked and monitored. (End of enclosure) This Solicitation is continued on HSCG38-05-Q-101046 (continued). Due to lack of space available.
 
Record
SN00874455-W 20050821/050819211540 (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.