Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

16 -- C130 Control Generator Overhaul - Statement of Work

Notice Date
11/10/2009
 
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
HSCG38-10-R-H00002
 
Archive Date
12/30/2009
 
Point of Contact
Janet M Delaney, Phone: 2523345369, Debra D Mitchell, Phone: 2523356291
 
E-Mail Address
Janet.M.Delaney@uscg.mil, debra.d.mitchell@uscg.mil
(Janet.M.Delaney@uscg.mil, debra.d.mitchell@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
HSCG38-10-R-H00002 Statement of Work Generator Overhaul This is a combined synopsis/solicitation for overhaul of control generators on an “as-required” basis for the USCG C130 aircraft, located at Aviation Logistics Center, Elizabeth City, NC, prepared in accordance with the procedures in FAR 12, and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written statement of work is attached and available for download. The period of performance consists of a one-year base period beginning at date of award; with four one-year option periods renewable annually at the Government’s discretion and “subject to the availability of funds”. The resulting contract will be Firm Fixed Price. Solicitation number HSCG38-10-R-H00002 is assigned for tracking purposes only. This requirement is for the overhaul of: Clin 1001 - 30 EA Control, Generator; P/N: CSV4092-3, NSN: 6610-01-344-0377, Overhauled IAW (AFTO 35C2-2-142-3). OEM Cage Code #07639, Item is Flight Critical to the USCG Mission. Clin 1002 – (1) ea - Inspection/No Fault Found Clin 1003 – (1) ea - Scrap Fee Clin 1004 – (1) ea - Hourly Labor Rate Offers are invited on the basis of F.O.B. Destination Only. Firm Fixed Pricing shall be provided for each Clin to be considered for award. Required delivery date is 60 days after receipt of material. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-37. This requirement is being competed on a unrestricted basis and only qualified offerors may submit bids. The North American Industry Classification System Code (NAICS) is 336413 and the size standard is 1000 employees. All offerors must be current and active in the Contractor Central Registration (CCR), displaying this NAICS code to be considered for award resulting from this solicitation. All responsible sources may submit a proposal, which will be considered by this agency. This requirement is being satisfied through “Best Value” evaluation methods. In order to be considered for award, offers must submit the following documents. (These are minimum qualification requirements and there are no exceptions) (1) Proof of FAA approval repair/overhaul station, (2) Evidence of possession of specific technical documents, (3) Copy of QA manual and (4) Copy of Current OEM certification or Proof of being registered as a certified US contractor with the Defense Logistics Support Center (DLSC). FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999). Evaluation Factors for award are listed in descending order of importance and together are more important than offered price: Past Performance, Experience, Warranty Coverage and offered price. Additional detail as to the evaluation methods used are provided in the attached statement of work (SOW). FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2009). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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 (c) through (m) of this provision. Offerors shall include a copy with their proposal. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Sept 2009) applies to this requirement. The following clauses from FAR 52.212-5 also apply. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (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 (Sept 2006) (38 U.S.C. 4212). 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (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). The closing date for receipt of proposals is December 15, 2009, 3:00 pm EST. Proposals are to be sent to the attention of Janet Delaney by facsimile at (252) 335-6452 or mailed to the following address: USCG, Aviation Logistics Center, Long Range Surveillance Div., C-130 Janet Delaney, 1060 Consolidated Road, Elizabeth City, NC 27909-5001. E-mail offers are not acceptable. The offeror agrees to hold the prices in its offer for ninety (90) calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum. All offerors must be received by the time and date specified to be considered for award. Points of contact are Janet Delaney, Contract Specialist, 252-334-5369, and Debra Mitchell, Contracting Officer 252-335-6291. Notice to Offerors: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time consuming litigation. Potential offerors who believe that a Coast Guard solicitation 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 offeror should then contact the 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. Telephone (202) 372-3695, Fax Number (202) 475-3904. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: Solicitation Number, Contracting Office, Contracting Officer, and Solicitation Closing Date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-R-H00002/listing.html)
 
Place of Performance
Address: contractor's faility, United States
 
Record
SN02001935-W 20091112/091110235951-c32319c5a000646c5f7831665daff177 (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.