Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

58 -- Operation Flight Plan Upgrade

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-101029
 
Response Due
7/20/2007
 
Archive Date
8/4/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This Request for Quotation (HSCG38-07-Q-101029) incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-17. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 334511 and the small business size standard is 750 employees. The contract will be awarded using simplified acquisition procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.5. The award will be based on FAR Part 6.302-1. The contract will be awarded as a firm fixed price contract. The USCG intends to negotiate and award to the Original Equipment Manufacturer (OEM) Rockwell Collins Incorporated or a responsible contractor who can provide this requirement with certified documentation from the OEM. This documentation means that the awardee must be able to show a clear documented, auditable paper trail for transfer of the data rights, from the OEM to the final vendor. Pricing shall reflect any applicable discount. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair and Supply Center, Engineering Officer, HU25 Product Line, Elizabeth City, NC 27909-5001. F.O.B. Point shall be stated in all offers. 1.0 BACKGROUND The Coast Guard currently has 21 HU25 operational aircraft. To meet future mission requirements it is the intention of the Coast Guard to perform two system upgrades which requires software revisions: A. Install DF-430 equipment to direction find the new 406 MHz beacons B. Install a Flight Data Acquisition Unit (FDAU) to capture HU-25 flight information. 2.0 SCOPE A requirement exists to update the HU-25 Operational Flight Plan (OFP) software to: ? Allow the OFP to control, process, and display DF bearing from the DF-430 Direction Finding System. ? Enable MIL-STD-1553B Messages for recording flight data on the FDAU. This modification describes the development effort to be performed by the contractor and specific tasks required to facilitate the update of the OFP software. 3.0 LOCATION OF WORK The tasks specified and required in this statement of work will be performed at the contractor?s facility and the US Coast Guard Aircraft Repair and Supply Center. 4.0 APPLICABLE DOCUMENTS The contractor shall be expected to perform the requirements of this contract in accordance with the following. 4.1 References (a.) COMDTINST 13020.1 (Series) Aeronautical Engineering Maintenance Management Manual (latest issuance in effect), associated process guides, and all other publications as mandated applicable. (b) Rockwell HU-25 Interface Control Document 936-1811-001, dated 12/11/02. 5.0 REQUIREMENTS 5.1 General Unless otherwise specified herein, the contractor shall provide all labor, materials, parts, equipment, and facilities required to perform the requirements of this Statement of Work (SOW). A formal delivery order modification, issued by the USCG Contracting Officer, is required to change any wording in this SOW. 5.1.2 The contractor shall provide engineering development and engineering support for the update of the OFP software in the Coast Guard HU-25 aircraft. 5.2 Specific 5.2.1 The contractor shall update and make software changes to the HU-25?s CDU-900 and MFD-255 OFPs to integrate a DF-430 Direction Finder System and to enable MIL-STD-1553B Test Message as described in the Rockwell HU-25 Interface Control Document (936-1811-001). ? DF-430 Control, Status, and Test via CDU-900 ? Decode SARSAT Message LAT/LON ? Display the DF-430?s bearing information on the Pilot and Copilot MFD-255s ? Enable MIL-STD 1553B Bus Monitor at Terminal Address #3 for FADU acquisition of flight data information. All labels in the HU-25?s ICD shall remain the same. 5.2.2 Perform all required testing and perform a Formal Qualification Testing to qualify the software for flight use. 5.2.3 Conduct a Critical Design Review with the USCG. The review will be held at the Contractor?s facility. The Critical Design Review (CDR) shall be a formal technical review of the detailed system design and overall engineering approach for the HU-25 OFP Upgrade. 5.2.4 Update HU-25 documentation IAW CDRL list to reflect OFP changes. 5.2.5 Deliver updated OFP software and documentation to the USCG 6.0 PERIOD OF PERFORMANCE Period of Performance for this project is estimated to be 5 months. 7.0 FINAL ACCEPTANCE US Coast Guard approval of CDRL?s required by this SOW and acceptance of the Software Test Report shall constitute Final Acceptance of the HU-25 OFP Upgrade and completion of all Contractor effort. 8.0 CONTRACT DELIVERABLES 8.1 Contract Deliverable Requirement List (CDRL) 8.1.2 Schedule & Meetings CDRL Description Frequency Due Date Format A001 Program Schedule As Required 2 weeks ARO Contractor Format A002 Meeting Agenda As Required 7 Days prior to meeting Contractor Format A003 Meeting Minutes As Required 15 days after meeting Contractor Format 8.1.3 Documentation and Testing CDRL Description Frequency Due Date Format B001 System/Subsystem specifications One 1 Month ARO Contractor Format B002 Software requirement Specifications One 2 Months ARO Contractor Format B003 Interface Control Document One 3 Months ARO Contractor Format B004 Software Test Description One 4 Months ARO Contractor Format B005 Software Test Report One 30 Days after FQT Contractor Format B006 CDU-900OFP Two 5 Days after FQT Contractor Format B007 MFD-225 OFP One 5 Days after FQT Contractor Format B008 FADUMIL-STD 1553 Bus Monitor Capability One 5 Days after FQT Contractor Format 9.0 CONTRACTOR PERSONNEL REQUIREMENTS 9.1 Contractor Travel As directed by the USCG Contracting Officer, the contractor may be required to travel to various locations to effectively perform the requirements of this contract. When travel is required, the contractor will be reimbursed for expenditures in accordance with current Joint Federal Travel Regulations. 9.2 Contractor Privileges The contractor shall have access to USCG Aircraft Repair & Supply Center?s (ARSC) Technical Engineering facilities, material, software and computers to conform to the requirements of this Statement of Work. Access will be limited to work hours normally worked by ARSC's Engineering and Industrial Support Division. 9.3 Contractor Personnel Qualifications All services provided under this contract shall be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by law. The following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply: 52.212-1 Instructions to Offerors ? Commercial Items (Sep 06); 52.212-2 Evaluation ? Commercial Items (Jan 1999), award will be made utilizing the following factors, in descending order of importance, capability of the item to meet the Government?s requirement, price and past performance. 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 06) Vendor shall include a completed copy of this provision with his quote as follows: (1) Only complete paragraph (j) of this provision inclusive of information required by Alt I if the annual representations and certifications electronically have been completed at http://orca.bpn.gov; or (2) Complete only paragraphs (b) through (i) inclusive of information required by Alt I if the annual representations and certifications have not been completed electronically at the ORCA website. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) ADDENDUM 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. 52.247-29 F.O.B. Origin (Feb 2006) 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/ (End of Clause) HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES [JUN 2006] (a) Prohibitions. Section 835 of 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. 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 [Check one]: ___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 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 been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (March 2007) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 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 (Sep 2006) (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, 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). 52.232-18 Availability of Funds Apr 1984 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631. (End of Clause) 52.211-15, Defense Priority and Allocation Requirements (Sep 1990) Anticipated award date is no later than 31 July 2007. Closing date and time for receipt of offers is 4 PM Eastern Time on 20 July. PROPOSALS ARE TO REMAIN EFFECTIVE FOR 60 DAYS AFTER CLOSE OF SOLICITATION. Facsimile offers are acceptable and may be forwarded to 252-334-5427, Attention: Linda D. Clark. Electronic submissions may be sent to linda.d.clark@uscg.mil. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point must be shown on offer; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date. All offerors submitting a quote shall have a valid Vendor Cage Code, Dun & Bradstreet Number (DUNS) or the ability to get one, and MUST be actively registered in the Central Contractor Registration (CCR) throughout the award of the contract. Enclosure (1) to COMDTINST 4200.14, NOTICE FOR FILING AGENCY PROTESTS, is attached. Enclosure (1) to COMDTINST 4200.14A 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, and 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 refilling 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
 
Record
SN01340482-W 20070714/070712220803 (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.