Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2008 FBO #2551
SOLICITATION NOTICE

16 -- Overhaul of C130H Multiple Disk Brakes

Notice Date
11/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-09-Q-300006
 
Archive Date
12/19/2008
 
Point of Contact
Thomas F Mason, Phone: 2523847184, William D Creef, Phone: 252-335-6640
 
E-Mail Address
thomas.f.mason@uscg.mil, William.D.Creef@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the procurement of 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 Parts 12 and 13. This announcement constitutes the only solicitation; firm-fixed-price proposals for overhaul of the following items are being requested and a written solicitation will not be issued. Solicitation number HSCG38-09-Q-300006 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Quotation (RFQ). The procurement is being issued as a total small business set-aside. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-27. The North American Industry Classification System Code is 336413 and the size standard is 1000 employees. This synopsis/solicitation is issued for a firm-fixed-price for the overhaul of C130 MULTIPLE DISK BRAKES, NSN: 1630-00-825-4794, Part Number 9560685, to be modified to NSN: 1630-01-500-1903, P/N: 9560685-1, the quantity of 15 (Mfg cage code 73842) which will include modifications in accordance with Air Force Technical Order 4B1-2-1003, chapter 9. The Coast Guard does not maintain nor release Air Force Technical Orders. The contractor must have access to all applicable technical orders and is responsible for obtaining the technical orders. Contract award for this requirement will not be delayed pending contractor registration or awaiting delivery of the overhaul directive. Overhaul pricing shall include all replacement parts. All replacement parts shall be new, OEM approved parts. The United States Coast Guard will not provide Government Furnished Material for this requirement. Drawings or specifications are not available and cannot be furnished by the government. As a minimum, the offeror (that is, the prime contractor) must possess a current FAA certification or an OEM certification to perform overhaul and service on the items listed above and must provide proof of these certifications with its proposal/quote. Evidence of other certifications, such as a DOD Certification, may be submitted to the Contracting Officer for review and approval on a case by case basis. Subcontracting, as it pertains to repair or overhaul of the specified components, is limited to concerns in full possession of the required certifications and must be identified with the offer. Offerors must possess a current FAA certification or an OEM certification to perform overhaul and service on the items listed above and must provide proof of these certifications with the proposal; or other certifications; (such as DOD Certification), to be submitted to the Contracting Officer for review and approval on a case by case basis. Offerors are required to propose firm-fixed price for scrapping reparables which are determined "Beyond Economical Repair". Firm-fixed prices do not include components received that indicate obvious misuse, cannibalization, or severe damage due to mishandling or crash damage. Components received in the above listed conditions will be handled on a case by case basis, after notification to the Contracting Officer of such condition. Within fifteen days of the determination, the Contractor shall submit a condition report for Unusually Damaged Items listing parts and labor required to accomplish the "over and above work". The contractor shall be entitled to the firm-fixed-price specified in the contract for overhaul and any amounts proposed for "over and aboves" will be negotiated separately. High cost replacement parts and/or the presence of corrosion that does not exceed the tolerances stated in the overhaul directive will NOT be considered as reasons for "over and above" proposals and will not necessitate re-negotiation of the overhaul prices. Nonreworkable items replaced during overhaul shall be disposed of as scrap, which means to render those items unusable for their intended purpose. Should any of the reparables be determined "Beyond Economical Repair", the contractor shall immediately notify the Contracting Officer and await disposition instructions. The Contractor will be entitled to the flat scrap rate charge specified in the award document. Offerors' proposals are to include a delivery schedule. Delivery is required no later than 45 days after receipt of material. Accordingly, the contractor will be required to notify the Contracting Officer upon receipt of the reparables. Earlier deliveries are acceptable and desired at no additional cost to the Coast Guard. This material has been designated as “Flight Critical” and is ACMS tracked. Contractor is to provide FAA Certifications or DOD certifications with their proposal. The USCG, ARSC engineering department will make a determination on the acceptability of the DOD certification. Inspection is by Certificate of Conformance and acceptance shall be performed at destination by USCG, ARSC Quality Assurance. Items shipped shall be shipped to: USCG Aircraft Repair and Supply Center, Attn: Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. 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 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 contractor shall review all manufacturers' service bulletins, service information letters and equipment revisions for applicability against the reworked item's part number. The award will be made based on technical acceptability and price, access to manuals, and evidence of current certificates. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2008)-Offeror 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 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) is tailored as follows: FAR 52.211-15, Defense Priority and Allocation Requirement (Apr 2008); FAR 52.214-34, Submission of Offers in English Language (Apr 1991); FAR 52.214-35, Submission of Offers in U. S. Currency (Apr 1991); FAR 52.243-1, Changes Fixed Price (Aug 1987) Alternate I (Apr 1984); FAR 52.245-1 Government Property (June 2007); FAR 52.247-34, FOB Destination (Nov 1991); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2008); (b) (5), (15), (16), (17), (18), (19), (21), (24), (28), (31) and (36). FAR 52.233-3, Protest After Award (Aug 1996). HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. (JUN 2006) (a) Prohibitions. Section 835 of Public Law 107-296, prohibits the Department of Homeland Security Act, 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 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 for a 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. Point of contact is Thomas Mason at (252) 384-7184 and William Creef, at (252) 335-6640. Closing date/time for submission of quotations is 04 December 2008, 3:00 P.M. Eastern time. Submissions may be faxed to (252) 335-6452 or emailed to either Thomas.F.Mason@uscg.mil, or William.D.Creef@uscg.mil Submit to USCG C-130H, Aircraft Repair and Supply Center, DRS C-130H Heavy Maintenance Hanger, 1060 Consolidated Road, Elizabeth City, NC 27909. All responsible sources may submit an offer, which will be considered. Vendors must have a valid Cage Code and DUNS number and be registered in CCR. Offers may be submitted on company letterhead stationary and must include the following information: Solicitation number, the National Stock Number, Nomenclature, Part Number, Unit Price, and Payment terms. (End of provision) NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) 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 USCG 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 a specific USCG 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 USCG 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 in FAR 33.103. 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 submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=305f2455f5e223cebc08e5e9bdefd80c&tab=core&_cview=1)
 
Place of Performance
Address: USCG C-130H, Aircraft Repair and Supply Center, DRS C-130H Heavy Maintenance Hanger, 1060 Consolidated Road, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN01706570-W 20081120/081118221051-305f2455f5e223cebc08e5e9bdefd80c (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.