Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

49 -- Maintenance Stands

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
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-Q-S00046
 
Archive Date
8/12/2010
 
Point of Contact
Loretta J Sassin, Phone: 2523356891
 
E-Mail Address
loretta.j.sassin@uscg.mil
(loretta.j.sassin@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The U.S. Coast Guard (USCG), Aviation Logistics Center (ALC), Medium Range Recovery (MRR) Contracting Branch intends to issue a Firm Fixed Price Purchase Order using the procedures of FAR Part 12 and Part 13. This Request for Quote HSCG38-10-Q-S00046 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-43. This announcement constitutes the only solicitation; firm-fixed-price quotes for the following item(s) are being requested and a written solicitation will not be issued. The North American Industry Classification System Code is 238120. This is a small business set aside. The U.S. Coast Guard Aviation Logistics Center (ALC) plans to award one (1) purchase order. All responsible sources may submit offers which shall be considered by the agency. Schedule of Supplies/Services Description 1. Maintenance Stands Qty 2 Each HH60 Aircraft Maintenance Stand to include a left hand and right hand side for aircraft maintenance performed during PDM. Stands are to include power, lights, compressed air lines/connectors and safety items IAW sample provided at hanger 79, USCG ALC, Elizabeth City, NC 2. Notable requirements: I. Safety a. The each stand set shall have a provision to be connected at the top forward part of the stand to create required fall protection. The current stands have a gate on each side that can be connected and secures together. b. All walking, stepping, and standing surfaces shall be slip resistant.(expanded metal, non-skid etc) c. Each individual section stand shall be rated to accommodate 1000 lbs. (personnel and tools). II. Construction d. Each side of each stand shall have a provision to allow the engine doors on an HH60 to be opened completely without incurring damage to the composite engine door. Current configuration uses a fold up section on the top deck of the stand that will lock in place when opened. e. Forward of engine door access (described above), there shall be a small flip-up door to provide relief for the HH60 rescue hoist. f. All surfaces that come close to airframe must be padded to prevent damage. III. Compressed air g. All sections of the stands shall be plumbed for shop use compressed air. MRR currently has a working pressure of 90 psi. h. Plates shall be installed that will allow the installation of compressed-air hose reels(min 3 each side) i. Provisions shall be installed to allow the above hose reels to be connected to the compressed air plumbing. There shall be 4 addition provisions to install 1/4'" female quick-disconnect compressed air fittings. j. MRR product line will provide and install all air fittings upon delivery of stands. IV. Electrical k. Fabricator shall wire each side of each stand set for 120 volt, 20 amp service l. Conduit shall be used for all runs of electrical wire. m. A minimum of 3 gang boxes with 4 outlets each gang box shall be installed on each side of each stand set.. n. Each side shall have one 4 ft industrial grade fluorescent light fixture mounted under the center of the highest decking of the stand. o. MRR will provide material and labor to electrically connect stands to electrical service V. Modification The stands shall be fabricated to be identical to the stands currently used in the MRR build-up shop except for the following modification. Each stand shall be constructed in a manner that will allow the product line to utilize small parts cabinets below the main steps that lead to the top of the stand. This opening shall be 76"x 19" (minimum). Required Delivery: 60 days ARO The USCG does not own specifications, plans, tooling or drawings and no other technical data will be included in this solicitation. Upon completion of maintenance stands all drawings are to be provided to USCG ALC at no additional charge. All responsible sources may submit an offer for quantities listed or quantity price breaks which shall be considered by the agency. PACKAGING AND MARKING: Packaging, packing, and preservation shall be in accordance with ASTM D3951-98 (Re-approved 2004) Standard Practice for Commercial Packaging. Each package shall be individually labeled on the outside with Nomenclature, Quantity, Purchase Order Number, and Line Item Number. The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Delivery shall be to Commanding Officer, Aviation Logistics Center, Elizabeth City, NC 27909. INSPECTION and ACCEPTANCE shall be performed by Receiving. Copies of packing slips shall be affixed to the outside of the shipping container. 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. Bar coding is authorized but not required. FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) is tailored as follows: The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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 solicitation provision may be accessed electronically at these addresses: www.deskbook.Osd.mil or www.arnet.gov/far. 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program (APR 2008); DO-A1 (rating). 52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (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 if requested. 52-247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (Apr 1984). FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) will not be used. The following will be used to evaluate quotes. The Coast Guard will evaluate quotations and make an offer resulting from this solicitation to the responsible vendor whose quote conforms to the solicitation and is determined to be most advantageous to the Government based on the ability to meet basic requirements, delivery, price and consideration of past performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) is tailored as follows: Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items. 52.252-2 Clauses Incorporated by Reference (FEB 1998). This solicitation 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 the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. FAR 52.211-15 Defense Priority and Allocation Requirement (Apr 2008); DO-A1 (rating) FAR 52.246-15 Certificate of Conformance; (Apr 1984);. FAR 52.246-15 Certificate of Conformance (APR 1984) (a) When authorized in writing by the cognizant Contract Administration Office (CAO), the Contractor shall ship with a Certificate of Conformance any supplies for which the contract would otherwise require inspection at source. In no case shall the Government's right to inspect supplies under the inspection provisions of this contract be prejudiced. Shipments of such supplies will not be made under this contract until use of the Certificate of Conformance has been authorized in writing by the CAO, or inspection and acceptance have occurred. (b) The Contractor's signed certificate shall be attached to or included on the top copy of the inspection or receiving report that is distributed to the payment office. It may also be attached to the CAO copy when contract administration (Block 10 of the DD Form 250) is performed by the Defense Contract Management Agency. In addition, a copy of the certificate shall also be attached to or entered on copies of the inspection or receiving report accompanying the shipment. (c) The Government has the right to reject defective supplies or services within a reasonable time after delivery by written notification to the Contractor. The Contractor shall in such event promptly replace, correct, or repair the rejected supplies or services at the Contractor's expense. (d) The certificate shall read as follows: "I certify that on ________________ [insert date], the _________________________ [insert Contractor's name] furnished the supplies or services called for by Contract No. ___________________________ via ________________________[Carrier] on __________________________ [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification [part number], and are in the quantity shown on this or on the attached acceptance document. Date of Execution: __________________________________________________________ Signature:___________________________________________________________________ Title:_______________________________________________________________________" 4. A copy of the contractor's work order, listing all replacement parts in part number order, shall be provided for each component. 5. The contractor shall maintain a copy of replacement part certification documentation for inspection by the Government for a minimum of 24 months after delivery. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (April 2010) [Contracting Officer shall check as appropriate.] 1 (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C 632(a)(2)). The following paragraph of this clause may require completion: (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following representation and submit it to the contracting office, along with the contract number and the date on which the representation was completed: The Contractor represents that it __ is, __ is not a small business concern under NAICS Code __________________assigned to contract number ______________________. [Contractor to sign and date and insert authorized signer's name and title]. 1 (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 1 (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 1 (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 1 (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 1 (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 1 (33) 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). 1 (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The closing date for receipt of quotes is July 27, 2010 at 10:00 am EDT. Anticipated award date is no later than August 18, 2010. Quotes are to remain effective for 60 days after close of solicitation. Offers may be submitted on company letterhead stationery and must include the following information: Solicitation Number, Nomenclature, Part Number, FOB point, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate 1. Facsimile quotes are acceptable and may be forwarded via fax number 252-334-5403. Point of contact is Loretta Sassin, phone 252-335-6891, and email: Loretta.J.Sassin@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-Q-S00046/listing.html)
 
Place of Performance
Address: 1664 Weeksville Road Bldg 79, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02205559-W 20100716/100714235020-bc14750108468e88c0d79b94ae468bad (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.