Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

16 -- Overhaul of C130 Cooling Turbines

Notice Date
6/14/2007
 
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 ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-07-Q-30018
 
Response Due
6/21/2007
 
Point of Contact
Nancy DeBerry, C130 Contracting Officer, Phone 252-335-6291, Fax 252-335-6452,
 
E-Mail Address
Nancy.Deberry@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 and FAR Part 13.1 This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number HSCG38-07-Q-300018 is being assigned to this procurement for tracking purposes only. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-17. The North American Industry Classification System Code is 336413 and the size standard is 1000 employees. This procurement is being solicited as a small business set-aside. This synopsis/solicitation is issued for the acquisition of the overhaul services for the following items: Item (1) Aircraft Cooling Turbine, P/N: 571925-3-1, NSN 1660-01-036-5903, quantity five (5) each (Mfg Cage Code 70210). Overhaul shall be accomplished in accordance with AFTO 15A3-2-52-3, latest revision. These components are serial number tracked by the Coast Guard?s Aviation Computerized Maintenance System (ACMS) which is a computerized system used to record maintenance of aircraft components and assemblies. The contractor?s responsibilities within ACMS consist of submission of required forms, as outlined herein. The contractor shall verify the SCHR and CRR, and ensure they correspond with the component part number and serial number. All discrepancies shall be reported to the Contracting Officer prior to any work being performed. The contractor shall complete the CRR and submit the form as specified herein. The contractor shall maintain a copy of each completed CRR for a period of ninety (90) days. The SCHR accompanying an item shall be updated upon completion of work, and shall be returned with the component. Three legible copies of the CRR are to be distributed as follows: One (1) copy shall be attached to the original invoice. One (1) copy shall be placed inside the shipping container with the reworked component. One (1) copy shall be mailed to: Commanding Officer, U.S. Coast Guard, Aircraft Repair & Supply Center, Attn: Bldg. 78/ACMS, Elizabeth City, NC 27909-5001. Inspection and Acceptance shall be performed at destination by USCG, ARSC, Quality Assurance personnel at destination. A Certificate of Airworthiness, FAA Form 8130-3 or a Certificate of Conformance is accordance with FAR 52.246-15 is required with each overhauled component. These items shall be shipped to: USCG Aircraft Repair and Supply Center, Attn: Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Desired delivery date is 30 days ARM and required delivery date shall not exceed 45 Days ARM without prior written approval from the Contracting Officer. 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 line 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 closing date for receipt of offers is 21 June 2007, 3:00 pm, EST. Facsimile offers are acceptable and may be forwarded via fax number 252-335-6452. The evaluation factor for award of this requirement will be based on lowest price obtained from a responsible offeror that can meet the desired delivery schedule of 30 days ARM. Only one (1) award to a responsible offer, will be made as a result of this combined synopsis/solicitation. Point of Contact is Ms. Nancy DeBerry, 252-335-6291 or Nancy.Deberry@uscg.mil. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2006) 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 (Sept 2006); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.204-7 Central Contractor Registration (Jul 2006); FAR 52.211-15, Defense Priority and Allocation Requirements (Sept 1990); FAR 52.215-5, Facsimile Proposal (Oct 1997); FAR 52.219-9, Notice of Total Small Business Set-aside (Sep 2006); FAR 52.247-34, FOB Destination (Nov 1991); FAR 52.246-15, Certificate of Conformance (Apr 1984); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2007); FAR 52.203-6, Restrictions on Subcontractors Sales to the Government (Sept 2006), Alternate I, (Oct 1995); 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 (Apr 2002); FAR 52.225-1 Buy American Act-Supplies (Jun 2003); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.232-33, Payment by Electronic Fund Transfer-Central Contract Registration (Oct 2003); FAR 52.233-3, Protest After Award (Aug 1996);
 
Record
SN01318778-W 20070616/070614220646 (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.