Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2008 FBO #2245
MODIFICATION

16 -- Repair and Overhaul of C130 Instruments

Notice Date
1/17/2008
 
Notice Type
Modification
 
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
27909-5001
 
Solicitation Number
HSCG38-08-R-H00003
 
Response Due
2/2/2008
 
Point of Contact
Ginger Woodington, C130 Contract Specialist, Phone 252-334-5293, Fax 252-335-6452
 
E-Mail Address
Ginger.G.Woodington@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is for commercial item repair and overhaul of C130 instruments, prepared in accordance with the format in FAR Subparts 12 and 15, as supplemented with additional information included in this notice. A written solicitation will not be posted. All interested parties should contact Mrs. Ginger Woodington, Contract Specialist, at Ginger.G.Woodington@uscg.mil or facsimile number (252)335-6452 NLT 15 calendar days from the date of this posting to receive a copy of the solicitation. Solicitation number HSCG38-08-R-H00003 is assigned to this procurement for tracking purposes only. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-23. The competition method used is total small business set aside. Selection will be made based on lowest priced technically acceptable procedures as identified in the solicitation. This synopsis is issued for the acquisition of repair and overhaul of C130 instruments on the C130 aircraft, all IAW the applicable AFTO or OEM specifications. Quantities for the 12-month Base Period and Option Periods (not to exceed 48 months) are as identified on the attached Addenda B. These 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 in price under the Government Property clause. Only new replacement parts are acceptable to fill this requirement and must be traceable to the OEM. Components identified in line items 0001, 0004, and 0005 are considered flight critical but are not tracked in the Coast Guard?s serial number database. Inspection and acceptance shall be performed at destination by USCG ARSC Quality Assurance Personnel. Items shipped shall be shipped to: USCG Aircraft Repair and Supply Center, Attn: Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Delivery is desired within 30 calendar days after receipt of material. FOB point shall be destination. A Certificate of Conformance IAW FAR 52.246-15(d) or Certificate of Airworthiness IAW FAA procedures is required to accompany each shipped component and one (1) copy forwarded with the original invoice. 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 IAW MIL-STD 20731D(1) with the following exceptions: Each 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. 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 duration, and whom to notify if the supplies are found to be defective. 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 Accountability 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 form. 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-APO-1) Jemal Building, 11th Floor 1900 Half Street, S.W, Washington, DC 20590 Telephone (202) 475-3754 Fax: (202) 202-475-3904 --ADDENDA B-- This repair work is subject to FAR 52.222-41 Service Contract Act of 1965 (Nov 2007) Applicable wage determination is locality-specific and is available at www.wdol.gov 0001 Indicator,Liquid Qty NSN 6680-01-058-5862 P/N JG412A-54, 4 ea 0002 Indicator,Temp NSN 6685-00-005-9024 P/N 162B2G, 1 ea 0003 Indicator,Temp NSN 6685-00-553-4726 P/N 162B202A, 1 ea 0004 Indicator,Liquid Qty NSN 6680-01-060-5228 P/N JG402A53 or NSN 6680-00-580-1246 P/N JG402A3, 12 ea 0005 Indicator,Pressure NSN 6685-00-678-2948 (H) P/N SRD4B or NSN 6685-00-753-7668 P/N 18-1278, 6 ea 0006 Indicator,Fuel NSN 6620-01-038-5769 (H) P/N 8DJ64GBH1 or NSN 6620-00-551-2631 P/N 8DJ64GBH1, 4 ea 0007 Unusual Damage Evaluation, 1 ea 0008 Composite Labor Hourly Rate, 1 hr This overhaul work is not subject to Walsh-Healey Public Contracts Act (Dec 1996) based on FAR 12.503 0009 Transmitter,Rate OE NSN 6620-00-720-3223 (H) P/N 8TJ50GAS5 or NSN 6620-00-726-8153 P/N 8TJ50GAS4, 6 ea 0010 Unusual Damage Evaluation, 1 ea 0011 Composite Labor Hourly Rate, 1 hr NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-08-R-H00003/listing.html)
 
Record
SN01488192-F 20080119/080117230954 (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.