Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2007 FBO #2165
SOLICITATION NOTICE

15 -- Procurement of Search Windows

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft 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
27909-5001
 
Solicitation Number
HSCG38-07-Q-101021
 
Response Due
9/12/2007
 
Point of Contact
Damian Krull, HU25 Contract Specialist, Phone 252-334-5410, Fax 252-334-5427, - Wade Johnson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427
 
E-Mail Address
Damian.C.Krull@uscg.mil, Wade.Johnson@uscg.mil
 
Description
17. 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-101021) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-19. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 336411 and the small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm-fix-price requirements contract. The award will be based on FAR Part 6.302-1. The USCG anticipates award to the Original Equipment Manufacturer (OEM), since there is no other company that has access to the proprietary drawings and specifications necessary to provide this service or to a responsible contractor who can provide a Federal Aviation Approval (FAA) 8130 Tag (Preferred) or a Certificate of Conformance (COC) and traceability to the OEM for the purchase of the following item. Traceability means that the awardee must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. 18. Manufacture of the following: CLIN 0001 ? P/N 160900-01, NSN 1560-01-074-1245, Window Search, 9 each the first year, 6 each the second year and 4 each the third year of base, with 4 each for the option year period. The contract will include a 3-year base period and one 1-year option period. Estimated effective date for contract performance is 14 September 2007. The first year of the base period will be from 01 September 2007 (or effective date whichever is later) through 31 August 2011. Each successive year of the base and option periods will run consecutively. OFFEROR MUST SUBMIT PRICES FOR EACH YEAR OF THE BASE AND OPTION PERIODS IN ORDER TO BE CONSIDERED FOR AWARD. The OEM for this item is Sierracin/Sylmar Corporation, 12780 San Fernando Road, Sylmar, CA 91342-2372. The USCG does not own nor can they obtain OEM Technical data, Service Bulletins, drawings or specifications for this material. Requests for drawings or applicable proprietary service bulletins will be disregarded. 1.0 DELIVERY/PACKAGING/SHIPPING/INVOICING Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001, Mark For: Field Stock. Desired Delivery for CLIN 0001 is 45 days after receipt of order, with Required Delivery of 120 days after receipt of order. F.O.B. will be Destination. The contractor shall comply with ASTMD 3951-98, Standard Practice for Commercial Packaging, Shipping, and Storage Procedures, Re-approved 2004. Each window must be individually packaged in a separate box, carton, or crate; suitable for shipment via land, air, or sea. Each crate shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of one year. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging is prohibited. Bar coding is authorized, however not mandatory. Only when an AOG situation occurs, the outside of the shipping container will be marked in highly visible lettering ?AOG?. This item is considered to be flight critical to USCG missions. Inspection and acceptance shall be performed by ARSC Quality Assurance Personnel. Anticipated date of award is 13 September 2007. At the time of each delivery of supplies or services under this contract, the contractor shall prepare and furnish to the Government a properly completed packing slip. The packing slip shall include the following information: 1) National Stock Number, 2) Part Number, 3) Nomenclature, 4) Serial Number, 5) Delivery Order Number, 6) Line Item Number, and 7) Quantity. One copy of the packing slip shall be submitted with the shipment and shall be attached to the outside of the shipping carton. Failure to do so will result in either nonpayment or a delay in payment. Invoices are to be mailed to: USCG Aircraft Repair and Supply Center Chief ? Fiscal Branch, Building 63, Elizabeth City, NC 27909-5001. The FAA 8130 or COC is to be attached to the original invoice when submitted to the payment office. Failure to do so will result in either nonpayment or a delay in payment. THE COAST GUARD RESERVES THE RIGHT TO PERFORM A SITE SURVEY OF THE CONTRACTOR?S AND SUB-CONTRACTOR?S CAPABILITIES. The following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulations (HSAR), Provisions and Clauses apply: 52.212-1 Instructions to Offerors ? Commercial Items (Sep 2006) 52.212-2 Evaluation ? Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror proposing the best value to eh Government considering price, delivery, past performance, and quality. The Coast Guard intends to award one contract to the Contractor whose quote is identified as offering the best value solution. 52.212-3 Offeror Representations and Certifications ? Commercial Items (Aug 2007) 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 FedBizOps, as posted under this solicitation. Contractors are required 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 Central Contractor Registration (July 2006) and FAR Provision 52.204-8, Annual Representations and Certifications (Jan 2006). IAW 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. Also note that paragraph (b) of FAR 52.204-8 applies. 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2007) 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. 52.216-18 Ordering (Oct 1995) At any time during the effective term of the contract including the effective period of any option(s) exercised. 52.216-19 Order Limitations (Oct 1995) (a) 1 each (b) (1) The total estimated contract line item quantity (2) The combined estimated contract quantity (3) 15 calendar days (d) 15 calendar days 52.216-21 Requirements (Oct 1995) (f) 01/21/12 52.217-5 Evaluation of Options (Jul 1990) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) para (a) ? within the 30 day period prior to contract or option period expiration. para (c) ? 4 years 52.246-2 Inspection of Supplies ? 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) and the Coast Guard?s required Airworthiness Certification Requirements. 52.247-34 F. O. B. Destination (Nov 1991) 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.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) (c) Prohibitions. Section 835 of Public Law 107?296, 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 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 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 purpose 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; (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 (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 (HSAR) 48 CFR 3009-.104-70 through 3009.104- 73,but 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) 3052.222-90 Local Hire (USCG) (Jun 2006) 3052.247-72 F. O. B. Destination Only (Dec 2003) (End of Clause) 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders ? Commercial Items (Aug 2007) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 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 (Jun 2003) (E.O. 11755) 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 (Sep 2006) (38 U.S.C. 4212) 52.225-13 Restriction 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) (31 U.S.C. 3332) (End of clause) 52.211-15 Defense Priority and Allocation Requirements: DO-A1 (Sep 1990) Closing date and time for receipt of offers is 4 PM Local Time on 12 SEP 2007. PRICES MUST REMAIN EFFECTIVE FOR 90 DAYS AFTER CLOSING OF SOLICITATION. All responsible sources may submit a proposal which shall be considered by the Agency. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price for base and each ordering period and extended price; FOB point; 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 shall be actively registered in the Central Contractor Registration (CCR) and throughout the award of the contract. Offerors shall also be actively registered in Online Representations and Certifications Application (ORCA) contained in FAR Clause 52.212-3, including Alternate I. http://orca.bpn.gov Facsimile offers are acceptable and may be forwarded to 252-334-5427, attention Damian C. Krull. Electronic submission may be sent to damian.c.krull@uscg.mil. Enclosure (1) to COMDTINST 4200.14 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 (G-CPM-S/3) 2100 2nd Street, SW Room 2606 Washington D. C. 20593 Telephone: (202) 267-2285 Fax: (202) 267-4011 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-OCT-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-07-Q-101021/listing.html)
 
Place of Performance
Address: USCG Aircraft Repair & Supply Center Weeksville Highway Elizabeth City, NC
Zip Code: 27909-5001
Country: UNITED STATES
 
Record
SN01442783-F 20071031/071029224347 (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.