Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

K -- K- HU25 AIRCRAFT ALTERNATING CURRENT (AC) SYSTEM REPLACEMENT/UPGRADE!!

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Proc Building 79, 75, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-06-Q-101020-(CONTINUED)
 
Response Due
6/26/2006
 
Archive Date
9/20/2006
 
Description
DUE TO SPACE LIMITATIONS OF FEDBIZOPS, THIS IS A CONTINUATION OF JOINT SYN/SOL HSCG38-06-Q-101020. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006); ADDENDUM: To meet the USCG's objectives the prospective contractor shall satisfy the Performance Work Statement requirements and provide a ?Firm, Fixed Price (FFP) Breakdown Structure? to include labor and materials for the following: 1.) Baseline aircraft electrical load analysis; 2.) Prototype HU25 first article installation (parts & labor); and 3.) Provide two pricing options for follow on installations on 19 HU25 aircraft: A.) Contractor installation- This will be at the USCG?s discretion determined by the complexity of the project. The installation location is to be determined; B.) Provide price of kitting for future installations by the USCG. Kitting shall include all equipment, wire harnesses, hydraulic lines and all hardware. The prospective contractor shall provide warranty information and identify authorized repair sources for installed equipment. The prospective contractor shall provide the following Technical data: 1.) detailed work scope showing technical understanding of the requirements for a safe and reliable system; 2.) Mean Time Between Failure (MTBF) documentation; 3.) Supportability of the proposed equipment and ease of installation; 4.) Whether the system is a COTS replacement; 5.) Ease of servicing and maintaining; 7.) Warranty, and 9.) Quality System. Prospective Contractor's shall provide the following Past Performance information: 1.) Past experience in aircraft design, engineering, modification, installation and certification of similar systems; 2.) Points of Contact for past performance documentation for the past three years including references? name, company, phone number, and e-mail address. The prospective contractor shall provide the following Cost/Price information: A ?Firm, Fixed Price (FFP) quote and cost breakdown for NRE development, installation and necessary manuals, drawings, schematics, kitting, etc. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999)- The Government will award a contract resulting from this solicitation to the responsible vendor whose quote 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 USCG 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 USCG merits a higher price on Technical Superiority and Past Performance. The SST, using sound business judgment, will base the selection decision on an integrated assessment of the quotations relative capability as measured against the following evaluation factors: Factor 1 ?Technical, Factor 2 ? Past Performance and Factor 3 ? Cost/Price. Factor 1 and Factor 2 are equal and each is significantly more important than Factor 3. While Factor 3-Cost/Price is an important part of the integrated selection decision, the non-price factors (1 and 2) are significantly more important than the price factor. However, as technical quote become substantially equal, price may be the determining factor in selecting a quote for award. Any conversations with present or former customers will be documented. FACTOR 1-The prospective contractor shall provide the following Technical data: 1.) detailed work scope showing technical understanding of the requirements for a safe and reliable system; 2.) Mean Time Between Failure (MTBF) documentation; 3.) Supportability of the proposed equipment and ease of installation; 4.) Whether the system is a COTS replacement; 5.) Ease of servicing and maintaining; 7.) Warranty, and 9.) Quality System. A technical evaluation shall be performed on all technical data to determine the best technical solution to satisfy the needs of the USCG. FACTOR 2- Prospective Contractor's shall provide the following Past Performance information: 1.) Past experience in aircraft design, engineering, modification, installation and certification of similar systems; 2.) Points of Contact for past performance documentation for the past three years including references? name, company, phone number, and e-mail address. Past Performance will evaluate Contractor?s customer ratings including quality ratings, customer service, warranty, recommendation for future service and performance of similar installed systems. The Coast Guard reserves the right to investigate sources of past performance other then those submitted by the contractor. FACTOR 3: The prospective contractor shall provide the following Cost/Price information: -A ?Firm, Fixed Price (FFP) quote and cost breakdown for NRE development, installation and necessary manuals, drawings, schematics, kitting, etc. The Contractor submitted Cost/Price quote will be evaluated for the development, installation and necessary manuals, drawings, schematics, kitting, etc. Price will become increasingly important as quotation evaluation ratings for technical factors approach equal. The prospective contractor?s price quotation will be evaluated based on competition, government estimate, price realism based on vendor's work breakdown structure reflecting understanding of the requirement and market research. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005) to include Alt I (Apr 2002). An offeror shall complete only paragraph (j) of this 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 representatives and certifications electronically at the ORCA web site, the offeror shall complete only paragraphs (b) through (i) of this provision. DUE TO SPACE LIMITATIONS OF FEDBIZOPS, THIS PROVISION IS NOT INCLUDED IN FULL TEXT. ALL INTERESTED PARTIES PLEASE CONTACT DAN SAWYER Danny.R.Sawyer@uscg.mil TO GET FULL TEXT. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (SEP 2005) with the following: ADDENDUM FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) FAR 52.204-4 Printed or Copied Double-Sided on Recycled paper. (AUG 2000) FAR 52.209-4 First Article Approval- Government Testing (Sep 1989) (a) (1) Unit; Item (1), 270 Days; Contractor Facility, (b) (20) days FAR 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (Alt 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/services have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. FAR 52.222-49 Service Contract Act- Place of Performance Unknown (May 1989) (a) Mesa, AZ; Tucson, AZ; Edison, NJ; Rockford, IL; Costa Mesa, CA (b) 06/01/06 FAR 52.246-2 Inspection of Supplies-Fixed Price (Aug 1996) FAR 52.546-4 Inspection of Services-Fixed Price (Aug 1984) FAR 52.546-11 Higher Level Contract Quality Requirement (Feb 1999) The Contractor shall comply with the higher-level quality standard: ISO 9001-2000 or an FAA approved quality system. 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 text available. Also, the Full Text of a clause may be accessed electronically at this internet address; www.arnet.gov/far/ 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 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 quote. (End of clause) 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 (Oct 2003), the following information is provided and identifies the classes 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. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class: 23010 Aircraft Mechanic, WG-10, $21.89; 23050 Aircraft Quality Control Inspector WG-11, $22.92; 23060 Aircraft Servicer, WG-08, $19.78; 23182 Electronic Technician, Maintenance II, WG-09, $20.85; 23183 Electronic Technician, Maintenance III WG-10, $21.89; 29083 Engineering Technician III, WG-10, $21.89; 29084 Engineering Technician IV, WG-11, $22.92; 29085 Engineering Technician V, WG-12, $23.99; 29086 Engineering Technician VI, WG-13, $25.11; 29480 Technical Writer, WG-10, $21.89; Fringe Benefits Required: Annual Leave: 2 hours per week for less than 3 years; 3 hours per week for services of 3 years but less than 15 years; and 4 hours per week for services for 15 years or more. Paid Holidays: Ten per year. Government's contribution to sick leave and to life, accident and health insurance: 5.1 percent of basic hourly rate. Government's contribution to retirement pay: 7 percent of basic hourly rate. Wage Determination Numbers 1994-2023, Revision Number 30 dated 05/23/2005; 1994-2025, Revision 33, dated 05/23/2005; 1994-2349, Revision 21, dated 06/03/2005; 1994-3005, Revision 13, dated 05/23/2005; and 1994-2047, Revision 27, dated 05/23/2005; are applicable to this solicitation are available upon request by the agency or by download from the FedBizOps web site. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?Commercial Items (Apr 2006): Subparagraph (b) Clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246); FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793); FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); FAR 52.222-39 Notification of Employee Rights Concerning payment of Union Dues or Fees (Dec 2004) (E.O. 13201); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); FAR52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) Subparagraph (c) clauses: 52.222-41, Service Contract Act of 1965, as Amended (July 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.). 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (End of Clause). FAR 52.211-15 Defense Priority and Allocation Requirement (Sep 1990) All responsible sources may submit a Quotation which shall be considered by the Agency. Quotes may be submitted on company letterhead stationery indicating a valid Cage Code and DUNS number; Item unit price; Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3, including Alternate I, per the instructions in this solicitation cited under the clause. The closing date and time for receipt of offers is JUN/26/2006 4:00 PM Eastern Time. Prices must remain in effect for 90 days after closing of Solicitation. The anticipated award date is on or about 10 Sept 2006. Facsimile and E-mail quotes are acceptable and may be faxed to (252) 334-5427 or E-mailed to Danny.R.Sawyer@uscg.mil . Contact Dan Sawyer, Contract Specialist, at (252) 335-6499 for questions regarding this solicitation before 12 May 2006 and after 26 May 2006. Contact Tonya Bush, Contract Specialist, at 252-335-6195 or E-mail Tony.W.Bush@uscg.mil for questions between 13-26 May 2006. ********************************************************************* Enclosure (1) to COMDTINST 4200.14 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the USCG 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 Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. 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 USCG 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 USCG 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 refiling 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 (G-851); 2100 2nd Street, SW, Room 2606; Washington, D. C. 20593; Telephone (202) 267-2285; Fax: (202) 267-4011
 
Record
SN01046192-W 20060513/060511220436 (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.