Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOLICITATION NOTICE

17 -- Maintenance Work Stands for CASA HC-144A

Notice Date
6/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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-R-010057
 
Response Due
7/23/2007
 
Archive Date
8/7/2007
 
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 Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number HSCG38-07-R-010057 is being assigned to this procurement for tracking purposes only. This is a request for proposal (RFP). NAICS code: 332999 Size standard: 500. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-17. This requirement is restricted to SMALL BUSINESSES. This synopsis/solicitation is issued for the acquisition of products variously called work stands, inspection stands, and work platforms which will be used on the United States Coast Guard's HC-144 aircraft. The commercial version of this aircraft is the CASA CN235-300M aircraft. The USCG can not provide blueprints, drawings, dimensions, or specification of the aircraft or any components. Interested offerors will be given a chance to view the aircraft and take measurements and photos on 11 July 2007 at 10:00am. This will be the only date and time offered. Interested offerors will need to contact CWO Dorsey Johr by e-mail at Dorsey.H.Johr@USCG.mil. Please provide name, nationality, place of birth, and point of contact details to CWO Johr no less then 1 day prior to arriving at the base. The Governments objective is to obtain products, variously called work/check stands, inspection stands, and work platforms. The stands must be easy to move and transportable from the hanger to the flight-line. The stands will be used for CASA CN235-300M aircraft in performing inspections and operator level maintenance in both a hanger environment and outside on the flight line. Stands must be durable, stable, and weather resistant because they may be used inside a hanger environment or outside on the flight line. The majority of use of the stands is anticipated to be for operator inspection and maintenance purposes within a hanger; however, the stands may be routinely stored outside. Stands should require a maximum of 3 personnel to move using wheels to ease the effort. Stands must be specifically built to the airframe dimensions of the CN235-300M aircraft, i.e.: wing height, engine/prop height/width, and horizontal/vertical stabilizer height/width, and fuselage to landing gear sponson interface. The USCG is not looking for universal or multiple use check stands, i.e. B1, B4A, and etc. however the USCG anticipates the stands will be similar. Stands should be free from sharp edges, burrs and other hazards that could harm or damage aircraft or personnel. Stands must have protective padding to protect aircraft where contact between the stand and the aircraft are likely to occur. Stands should have platforms which allow a minimum of 2 average sized people (180 pounds) to stand on the platform at one time. Stands need not provide for utility connections such as electric or air. Stands should have locking wheels and potentially could be offered with mechanism for adjustments to account for uneven surfaces. Coverage of the various stands should include, and allow work to be performed in/on, props, engine, nose and cockpit window area, flap area top/bottom, horizontal stabilizer top/bottom, wing area top/bottom, and the top of the fuselage. Access to the full height of the vertical stabilizer will not be required. It is envisioned that offerors will propose a system of various individual stands covering one or more areas of the aircraft aimed primarily at operator-type maintenance, as opposed to one single stand used more traditionally for depot level work. After the USCG gains additional operational and maintenance experience will be to buy an unknown number of the various individual stands for specific areas of the plane. Additionally, if the contractor offers a propeller stand for use with the Hamilton Sundstrand 14 RF-37, the Government will consider purchasing that stand as a separate option. All stands must meet applicable OSHA standards and (American welding Society) AWS standards for soundness and safety. The desired delivery date from time of award is 50 days after placement of each order including the initial order; however, the Government will consider other delivery times. The Government can not provide specifications, plans, drawings, or other technical data. Limited data can be found at: http://www.blm.gov/style/medialib/blm/nifc/aviation/smokejumper.Par.31323.File.dat/CN235Report.pdf Note that the Government does not warrant the accuracy of any data contained in these internet links. --Contract period: This contract will have a base period with 5 option periods. The BASE PERIOD will be date of contract award through the following SIX-MONTH period; OPTION PERIOD ONE will be the one-year period following the base period; OPTION PERIOD TWO will be the one-year period following the first option; OPTION PERIOD THREE will be the one-year period following the second option; OPTION PERIOD FOUR will be the one-year period following the third option; OPTION PERIOD FIVE will be the six-month period following the fourth option. --CLIN Structure for proposals: Offeror's proposal should list each separate section of the maintenance stands as a separate CLIN. Additionally, if the Offeror produces a propeller stand for use with the Hamilton Sundstrand 14 RF-37, this CLIN should be listed as optional and not part of the complete system. The base should have CLINS starting in 01, option year one should start with 02, option year two should start with 03, option year three should start with 04, option year four should start with 05, and the last option should start with 06. Each portion of the stand and any optional stand offered should then be sequentially numbered within the appropriate period. The following CLIN structure is for example purposes only: Base year: 01002 Wheel Stand, 01002 Nose Stand, 01003 Optional Propeller stand. For the first option year: 02001 Wheel Stand, 02002 Nose Stand, 02003 Optional propeller stand. All quantities listed should be for the quantity of 1 each. If more then one stand of a particular type is needed for the complete set due to design or interconnection, this should be clearly identified in the proposal. An example of this might be an engine platform stand where a specific maintenance stand is needed for the port engine and a different maintenance stand is needed for the starboard engine of the aircraft. Prices offered should be FOB origin, freight prepaid to the addresses shown below. All prices will be firm-fixed prices for the base and all option periods. --Purchase quantities are as follows: The USCG estimates buying a total of 6 complete sets and estimates no more then 35 of any one separate sections over the life of this contract and any exercised options. The USCG will buy two complete sets, defined as one of each section, during the base period at time of award. Orders for additional sets or individual sections will be placed by delivery order during the base period or any exercised options as needs develop. Additional quantities are estimates only; failure of the government to order any of the items described as estimated shall not entitle the contractor to any equitable adjustment. It is anticipated that the USCG will eventually acquire a total of 35+ of the CASA aircraft. --Inspection and acceptance shall be performed in accordance with FAR 52.212-4 by DCMC. Purchased stands will be shipped to the addresses specified in each delivery order. The first of the two sets purchased during the base period will be sent to USCG Aircraft Repair and Supply Center, Attn: Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. POC Dorsey Johr at 252-334-5115. The second set will be shipped to CASA HC-144A Maintenance Officer, USCG Aviation Training Center, 8501 Tanner Williams Rd., Mobile, AL 36608. POC for mobile is CWO3 Ken Hardenbrook 251-441-5070. Delivery is desired within 50 days after receipt of contract and any additional delivery orders. Actual required date will be stated in the final contact based on the proposal selected. FOB point shall be origin, freight prepaid. Reimbursable Transportation: Material shall be delivered FOB suppliers plant with shipment to be made to destination(s) subject to reimbursement. The transportation cost is to be shown on the invoice as a separate item. If shipping charges exceed $100.00, the charge must be supported by a freight bill. All shipments will be freight prepaid. Packaging of the items for shipment shall be in accordance with the Contractor's best commercial practices IAW MIL-STD 20731D(1) with the following exceptions: Each item shall be labeled on the outside with , Part Number, Nomenclature, Delivery Order Number, and Line Item. Packaging material shall NOT consist of the following material: popcorn, shredded paper, Styrofoam of any type, or peanut style packaging. --Contractor's standard commercial warranty shall apply. IAW FAR 46.706(b)(5), any offered warranty must be disclosed; as a minimum disclosure must include a brief statement that a warranty exists, the substance of the warranty, the warranty?s duration, and whom to notify if the items are found to be defective. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005). 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 Federal Acquisition Regulations (FAR) apply to this solicitation and are incorporated by reference: --52.212-1 Instructions to Offeror's Commercial Items (Sept 2006). In addition, offerors proposals should not exceed 15 pages including any photos of offered or similar stands, but not including the pricing page(s). Proposals should fully describe and/or include photos that show the inclusion of safety features such as guardrails, mid-rails and toe-boards, OSHA compliance, padding, level adjustability if offered. Proposals should also address additional features which they feel provide a better value to the Government such as: Material used to manufacture, e.g. steel or aluminum ? advantages and disadvantages of material; self-draining steps; dimensions of work platform; work platform material; warranty; tool bins; training; set-up/section connection methods; documentation provided; weather coatings; and etc. Proposals MUST INCLUDE the anticipated shipping weight for each section and the weight for the total set. Past performance data in accordance with this clause should also be provided, including POC phone numbers. Delivery time from date of contract award should also be provided. This list is intended to show examples of possible value and is not intended to be all inclusive or specific requirements. It is up to the offeror to provide detail of their stands to the Government to allow the Government to determine best value. Contractor MUST indicate in it's proposal which disclosure at HSAR 3052-70 below applies. The closing date for receipt of offers is 23 July 2007 at 3:00 pm, EDT. E-mail proposals and facsimile proposals are acceptable and may be sent to bruce.w.williams@uscg.mil or forwarded via fax number 252-384-7309. The address for hard copy proposals is AR&SC, Building 19, Elizabeth City, NC 27909 If submitted by hard copy, please submit two copies. If electronic, PLEASE indicate HSCG38-07-R-010057 in subject line. Proposals must include the required FAR 52.212-3 Offeror representations and Certifications. Offers will be evaluated based on the procedures at FAR 12.602. The government will make ONE (1) contract award resulting from this synopsis/solicitation. Contract award will be based on Best Value as defined in 52.212-2 Evaluation Commercial Items (Jan 1999) below. The Government will evaluate based on Technical (capability of the items offered to meet the agency need), past performance, and price. The Government reserves the right to award to a higher priced proposal if deemed the overall best value to the government. Previous responses to sources sought notice HSCG38-07-C144-2 are NOT sufficient. You must submit a proposal for this solicitation following the guidance contained herein. --52.212-2 Evaluation Commercial Items (Jan 1999). Contract award will be based on Best Value. The Government will evaluate based on Technical (capability of the items offered to meet the agency need), past performance, and price. The Government reserves the right to award to a higher priced proposal if deemed the overall best value to the government. --52.212-4 Contract Terms and Conditions?Commercial Items (Feb 2007) ADDENDUM: 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 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 http://www.arnet.gov 52.247-46 Shipping Point(s) Used in Evaluation of F.o.b. Origin Offers (Apr 1984) 52.247-65 F.o.b. Origin, Prepaid Freight?Small Package Shipments (Jan 1991) --52.212.-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Mar 2007). Applicable FAR Clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995). 52.219-6, Notice of Total Small Business Set-Aside (June 2003). 52.219-8, Utilization of Small Business Concerns (May 2004). 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (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). --HSAM 3052.209-70 Prohibition on Contracts with Corporate Expatriates. (JUN 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. 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 national security. (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, 6 U.S.C. 395, 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 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, 6 U.S.C. 395(b)(1). (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 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 the Homeland Security Act, 6 U.S.C. 395(b) 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. The offeror under this solicitation represents that [Indicate in proposal which of the three listed below apply]: -it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; -it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or -it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) --NOTICE FOR FILING AGENCY PROTESTS. 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 Accounting 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 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 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 (G-A), U.S. Coast Guard Headquarters, Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402, Washington, DC 20593 Telephone:(202)372-3692 Fax:(202)475-3904
 
Place of Performance
Address: Aircraft Repair & Supply Center, Bldg 19, Elizabeth City, NC
Zip Code: 27909
Country: UNITED STATES
 
Record
SN01331438-W 20070701/070629220518 (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.