Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

J -- Paint One HU-25 Dassault Falcon Jet

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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-100016Part2
 
Response Due
3/3/2006
 
Archive Date
3/18/2006
 
Description
THIS IS A CONTINUATION OF SOLICITATION HSCG38-06-Q-100016, BECAUSE OF SPACE LIMITATIONS. 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 2006) 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 Coast Guard may determine the best value which merits a higher price based on technical superiority. The Coast Guard, 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 ? Past Performance Factor 3 ? 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 Approach The technical will be evaluated for its quality and evidence of extent to which Vendor?s solutions will achieve Coast Guard objectives of Painting. The evaluation will include an assessment that the solution adheres to sound engineering, design and management practices and that the Vendor has a complete understanding of the objectives, constraints and is customer focused. Evidence of the quality of the technical approach includes: (a) A comprehensive performance work statement and work 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 quote that clearly demonstrates how implementation of the proposed solutions will deliver timely, stable, reliable, 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 these services.  Clear lines of communication between the Vendor?s team and the Coast Guard for timely problem identification, mitigation and resolution. (d) The Vendor?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, and FAA 8130-3 Flight Worthiness document.. . Factor 2: Past Performance The past performance evaluation will examine how the Vendor?s past and present performance validates expected performance and customer satisfaction. The Coast Guard reserves the right to investigate other sources of past performance other than those submitted by the contractor. The past performance evaluation will also examine the Vendor?s actual performance on painting of similar or like aircraft. 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. To include experience is applying High Solid VOC compliant paints to high speed aircraft. Contractor?s customer ratings including quality ratings, customer service, warranty, recommendation for future service and performance of coating during the aircraft?s operational period (e.g. gloss, adhesion, and paint defects). Factor 3: Cost/Price Each Vendor?s cost/price quote will be evaluated based on the following: (a) Evaluation or proposed cost/price. Vendor?s quote shall be a firm-fixed-price. USCG cost evaluation will be based considering two criteria: 1) Vendor?s quote; 2) USCG travel cost and roundtrip aircraft ferry cost from Elizabeth city, NC. There is no intent to sacrifice quality for schedule. (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 in the Offeror?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 Offeror?s technical proposal. The price quote 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 (Mar 2005) 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 FedBizOpps, as posted under this solicitation. Contractors are encouraged to submit through the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov *PLEASE NOTE* NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clauses 52.204-7 and Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep 2005) is tailored to include the following FAR/HSAR clauses: ADDENDUM FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) Alternate IV (Oct 1997) (a) Submission of Cost or pricing data is not required. (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. 52.222-49 Service Contract Act ? Place of Performance Unknown (May 1989) (a) Savannah, GA; New Iberia, LA; Burlington, NC; Greenville, SC; Cheyenne, WY; and San Antonio, TX (b) 4 p.m. EST on 02/10/06. 52.245-1 Property Records (Apr 1984) 52.245-2 Government Property (Fixed-Price Contracts) (May 2004) 52.246-4 Inspection of Services ? Fixed Price (Aug 1996) 52.246-11 Higher-Level Contract Quality Requirement (Feb 1999) The contractor shall provide and maintain a quality system equal to ISO 9001, ISO 9002, ANSI/ASQC, Q9001, Q9002 or a higher-level system acceptable to the Government. The contractor shall state the quality system to be used in performance of this contract. 52.246-15 Certificate of Conformance (Apr 1984) 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 it they were given in full text. Upon request, the Contracting Officer will make the full text available. The full text of the clause may be accessed electronically at this Internet address www.acqnet.gov/far/. (End of Clause) 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 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 action 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 the 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 on 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) 3052.222-90 Local Hire (USCG) (Dec 2003) (End of Clause) In conjunction with FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989), under FAR 52.212-5 Contract Terms and Conditions to implement Statutes or Executive Orders ? Commercial Items (Jan 2006), 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: (1) Supervisor (WS-9 Aircraft Painter), (1) Work Leader (WL-9 Aircraft Painter), (4 - 6) Painters (WG-9 Aircraft Painters) for taping (3-4days), and to paint (10 days). 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, 94-2141, 94-2231, 94-2397, 94-2479, 94-2521, and 94-2587 are applicable to this solicitation and any contract awarded as a result of this solicitation and are available upon request to the agency or by download from the FedBizOpps web site. (End of Clause) 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders ? Commercial Items (Jan 2006) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) 52.225-13 Restriction on Certain Foreign Purchases (Mar2005)(E.o.s, proclamations, and statutes Administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) 52.222-41 Service Contract Act of 1965, As Amended (Jul 2005)(41 U. S. C. 351, et seq.) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989)(29 U. S. C. 206 and 41 U. S. C. 351, et seq.) (End of clause) 52.211-14 Notice of Priority Rating for National Defense: DO-A1 (Sep 1990) NOTE: * Due to space limitations in FedBizOpps, Attachments 1 and 2 must be requested. Please contact Contract Specialist Damian C. Krull at damian.c.krull@uscg.mil or by phone (252) 334-5410. Closing date and time for receipt of offers is 4 PM Local Time on 10 Mar 2006. Offers received late will not be considered. PRICES MUST REMAIN EFFECTIVE FOR 90 DAYS AFTER CLOSING OF SOLICITATION. All responsible small businesses may submit a quote, which shall be considered by the Agency. Offers may be submitted on company letterhead stationery indicating the 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 FedBizOpps 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.
 
Place of Performance
Address: N/A
 
Record
SN00990308-W 20060219/060217211622 (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.