Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

16 -- TUBE BENDING MACHINE

Notice Date
2/16/2006
 
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
HSCG38-06-Q-30010
 
Response Due
2/28/2006
 
Archive Date
12/31/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-06-Q-30010 is being assigned to this procurement for tracking purposes only. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-08. This is an unrestricted procurement. The North American Industry Classification System Code is 336413: size standard is 1000. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.5. The U.S. Coast Guard Aircraft Repair & Supply Center (ARSC) intends to award a single firm-fixed price contract. This combined synopsis/solicitation is issued for the acquisition of: Item Description Quantity Unit CLIN 0001 Tube Bending Machine 1 Each CLIN 0002 Wiper Die Holder 1 Each CLIN 0003 Overhead Tie Bar 1 Each CLIN 0004 Die Assist 1 Each CLIN 0005 Clockwise Rotation 1 Each CLIN 0006 Tooling 1 Each Statement of work The need exist for a CNC Tubing Bender that is capable of repeatable bending of tubes and pipe from ?" up to 3" O.D. and of virtually any length. These lines must be smooth in all bends, no wrinkles, or puckering, and involve bends exceeding 90- degrees. The lines used on the C-130 vary in wall thickness and material depending on application. During the USCG Progressive Structural Inspection process, heavy deport maintenance, the likelihood of having to replace numerous hydraulic, fuel, and oxygen lines exists. Many of these lines are not in the supply system and are required to be locally manufactured. A computer controlled system with the ability to enter a part numbers, bends, and material for the first line and the computer controlled system shall able to bend the same line months later without additional programming is a necessity to this program. The ability to manufacture and produce these lines locally and without excessive programming or calculating will decrease the waiting for parts time considerably. In addition to manufacturing lines for the PSI-B process, additional lines and tubes can be manufactured for the field units in need of these lines. A requirement also exists to finish the ends of the tube lines and add beading or flaring. Depending on application the tube/line will require a difference finish for the ends. Technical requirements: The tubing bender must have the following as a minimum: 1. Ability to bend up to 3" aluminum tubing, with a wall thickness of .188 maximum 2. Ability to bend up to 3" stainless steel tubing with a wall thickness of .065 maximum 3. Capable of bending tubes/lines of varying wall thickness 4. Make all bends smooth without wrinkling or puckering 5. Electrically Powered by a 485 v 3 phase 25 horsepower motor 6. PC Based Touch Screen Control 7. On Screen Self Diagnostics 8. Bending Program Storage & Recall with a minimum of 500 programs 9. Automatic springback compensation 10. Fully automatic mode of operation 11. Hitch feed system to bend parts of any length. Items shipped shall be delivered to: USCG Aircraft Repair and Supply Center Attn: Receiving Section Bldg. 63 Elizabeth City, NC 27909-5001 Delivery is desired by 30 May 2006 Required delivery date is 30 May 2006 Inspection shall be performed by USCG ARSC Quality Assurance Personnel Acceptance shall be performed at destination by USCG ARSC Quality Assurance Personnel Freight On Board (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: 1) Each item or unit must be individually packed in a separate box, carton, or crate, 2) 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 following FAR provisions and clauses apply to this solicitation and are incorporated by reference: see FAR 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 test available. Also, the full text of a clause may be accessed electrically at the/these addresses: http://farsite.hill.af.mil/ or http://www.acqnet.gov/far/ or www.deskbook.osd.mil FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), Alternate I (Oct 1995) FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (Jan 1997) 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 (Sept 2005) FAR 52.204-4, Printing/Copying Double-Sided on Recycled Paper (Aug 2000) FAR 52.204-7, Central Contractor Registration (OCT 2003) FAR 52.211-14, Notice of Priority Rating for National Defense Use (Sep 1990)- DO Rated Defense Priorities and Allocations System Rating: DO-A1 FAR 52.211-15, Defense Priority and Allocation Requirements (Sep 1990) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2006) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005); Offerors shall include a completed copy of this FAR 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. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2006) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (April 2002) FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) 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 (Dec 2001) FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.223-6, Drug-Free Workplace (May 2001) FAR 52.225-3, Buy American Act ?Free Trade Agreements ? Israeli Trade Act (Jan 2006) FAR 52.225-13 Restrictions on Certain Foreign Purchases, (Feb 2006) FAR 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849) FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 U.S.C. 3332) (Oct 2003) FAR 52.243-1, Changes Fixed Price (Aug 1987) Alternate I (Apr 1984) FAR 52.245-1, Property Records (Apr 1984) FAR 52.246-2, Inspection of Supplies, Fixed Price (AUG 1996) FAR 52.247-34, FOB Destination (Nov 1991) HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. As prescribed at (HSAR) 48 CFR 3009.104-75, insert the following clause: 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 provision) Notice to Offerors: 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 Accountability 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 form. 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 re-filing 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 (CG-851), 2100 2nd Street, SW, Room 2606, Washington D.C. 20593 Telephone (202) 267-2285 Fax: (202) 267-4011 The closing date for receipt of offers is 28 February 2006, 2:00 pm, EST. Quotes will be accepted via Facsimile at 252-335-6452, electronically via Email at Sabrina.A.Tippins@uscg.mil or at the following address: USCG, Aircraft Repair and Supply Center Attn: Sabrina Tippins C-130 Procurement, Building 78 Elizabeth City, NC 27909 Late submissions will not be accepted. Anticipated award date is on or about 15 March 2006. Quotes are to remain effective for 90 days after close of solicitation. A company representative authorized to commit the company must sign this offer. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service (located on the FedBizOpps home page) to receive all notices for solicitation HSCG38-06-Q-30010. All questions pertaining to the solicitation must be in writing and may be e-mailed to Sabrina Tippins at Sabrina.A.Tippins@uscg.mil or faxed to (252) 335-6452. Telephonic requests will not be honored. POC for this solicitation is Sabrina Tippins 252-334-5293 or sabrina.a.tippins@uscg.mil. The evaluation factor for award of this requirement will be based on lowest price obtained from a responsive and responsible offeror.
 
Record
SN00989378-W 20060218/060216211624 (fbodaily.com)
 
Source
FedBizOpps 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.