Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
SOLICITATION NOTICE

16 -- Overhaul Servo Cylinder & Repair Tail Rotor Servo

Notice Date
10/27/2010
 
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
HSCG3811QS00005
 
Archive Date
12/30/2010
 
Point of Contact
Geneva K. James, Phone: 2523345094
 
E-Mail Address
geneva.k.james@uscg.mil
(geneva.k.james@uscg.mil)
 
Small Business Set-Aside
N/A
 
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 HSCG38-11-Q-S00005 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-46. This announcement constitutes the only solicitation; firm-fixed-price quotes for the repair of the following item(s) are being requested and a written solicitation will not be issued. Repair pricing must be submitted in accordance with the Statement of Work. The North American Industry Classification System Code is 336413 and the size standard is 1000 employees. This is an unrestricted procurement. 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. Overhaul Servo Cylinder Qty 5 Each P/N: 274000-1033 NSN: 6615-01-158-5984 Required Delivery: 60 days after induction 2. Repair Tail Rotor Servo Qty 9 Each P/N: 2227000-12 NSN: 6615-01-158-5787 Required Delivery: 60 days after induction STATEMENT OF WORK (SOW) This SOW provides for the overhaul of CLIN 1 to like new condition and the repair of CLIN 2 for: Nomenclature National Stock Number Part Number 1. Servo Cylinder (overhaul) 6615-01-158-5984 274000-1033 2. Tail Rotor Servo (repair) 6615-01-158-5787 2227000-12 for the Coast Guard's Aviation Logistics Center (ALC), MH-60 J/T fleet. The servo cylinder and tail rotor servo identified in the Description of Items or Services will be furnished to the contractor at the prices established at award for repair/overhaul. The information contained in the scope of work is not intended to be all-inclusive nor to detract from procedures outlined in the original equipment manufacture (OEM) specification except where noted herein. All overhaul actions shall be in accordance with the OEM commercial repair/overhaul manuals and Federal Aviation Regulation Parts 43 and 145 or alternate standard approved in writing by U.S. Coast Guard (USCG) Medium Response Recovery (MRR) Engineering Branch. Components furnished hereunder shall be returned by the contractor in an airworthy condition and in all respects suitable for installation in USCG aircraft. Certification and documentation requirements apply. 2. The contractor shall provide all necessary parts, material, labor, tooling, repair manuals, test equipment and facilities to evaluate and repair the servo cylinder and overhaul the tail rotor servo for the Coast Guard fleet of MH-60 J/T helicopters, as necessary to conform with the requirements of this SOW at the firm-fixed-pricing established in the contract schedule. The contractor shall provide the data and documentation requirements specified as part of this SOW. 3. The work shall be in accordance with the OEM specifications except where noted herein. The Naval Air Systems Command Depot Maintenance Technical Manual AN-350QA-MDB-200, Depot Maintenance with Illustrated Parts Breakdown, Rotary Wing Head servo Assembly dated May 31, 1987 shall be used for the servo cylinder; Naval Air Systems Command Depot Maintenance Technical Manual AN-350QA-MDB-000, Depot Maintenance with Illustrated Parts Breakdown, Tail Rotor Servo Assembly dated August 31, 1995 shall be used for the tail rotor servo. The latest change revision for each technical manual listed shall be used in the performance of this contract. The contractor shall obtain Naval Air Systems Command Technical Manuals by completing the requirements outlined in Naval Air Systems Command Technical Manual Program 00-25-100 dated December 1, 2009. Where applicable, the Export Control Act shall apply when noted on the front cover of the prescribed technical manual. The contractor must have access to all needed maintenance, repair and overhaul manuals and performance/test/acceptance criteria and data to ensure that equipment is overhauled/modified, calibrated and operating in accordance with the OEM's current specifications. The servos are critical safety items and only Navy approved sources of supply can be authorized to repair/overhaul these servos. The Service Design Control Activity, NAVAIR Public Law 108-136 Section 2319 of the Defense Appropriations Act of 2004 and NAVAIRINST 4200.25D state that the Design Control Activity (NAVAIR) shall approve sources and the procurement agency will only procure, repair, or overhaul these servos from sources approved by the NAVAIR. Therefore, the contractor and all intended subcontractors must be NAVAIR certified. 4. The contractor shall also perform a visual and technical inspection in accordance with the current applicable Component Maintenance Manual and correct all additional deficiencies found. This shall include replacement of broken parts and the removal of any foreign matter or corrosion. Corroded parts shall be replaced, except in those cases where removal of corrosion from a part will not impair the efficiency or safe operation of the part. Corrosion removal and treatment of affected areas will be accomplished in accordance with the OEM specifications (or best commercial practices if not addressed by the OEM). 5. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Corrosion is expected on equipment to be overhauled under this contract. During inspection and functional test, the presence of corrosion in a servo or component thereof shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made only to the extent necessary to remove corrosion or replace the part(s) affected. Corroded parts shall be replaced except in those cases where removal of corrosion from a part will not impair efficiency or safe operation of the part. Corrosion removal and treatment of affected areas shall be accomplished in accordance with the OEM's current specifications and drawings. 6. Replacement Parts. Parts found to be defective shall be replaced as specified in the OEM's current procedures or as otherwise authorized in writing by U.S. Coast Guard, Aviation Logistics Center, MRR Engineering Division. In all cases, replacement parts shall be new. A copy of the contractor's work order, listing all replacement parts, shall be provided for each component. The contractor shall maintain a copy of replacement part certification documentation for inspection by the Government for a minimum of 24 months after delivery. See the appropriate Depot Maintenance with Illustrated Parts Breakdown Manual for the list of mandatory replacement parts during repair/overhaul. 7. A DD Form 1577-2, Unserviceable Tag-Material, or a CG-1577-A (11-90), Unsatisfactory Report Tag, will be attached to each Not Ready for Issue (NRFI) component describing faults. The servos shall be repaired/overhauled to correct the specific fault(s) identified. 8. The ACMS is a computerized system used to record maintenance of aircraft components and assemblies. The contractor's responsibilities with ACMS consist of submission of required forms as outlined herein. All servo cylinders and tail rotor servos are serial number tracked and shipped to the contractor's facility with a Significant Component History Record (SCHR) and a component repair report (CRR). The contractor shall verify the SCHR and CRR and ensure they correspond with the servo part number and serial number. All discrepancies shall be reported to the Contracting Officer prior to performance of work. The contractor shall complete the CRR. The original copy of the CRR shall be mailed to Engineering Services Division, ACMS Tracking, Bldg. 78, Aviation Logistics Center, Elizabeth City, NC 27909-5001 and a copy shall be shipped with the overhauled assembly. The contractor shall maintain a copy of each complete CRR for a period of ninety (90) days. 9. The Coast Guard requires delivery of overhauled items no later than ninety (90) calendar days after induction of the material at the contractor's overhaul facility. The contractor shall guarantee completion and delivery ninety (90) days after induction. 10. At the time of each delivery for supplies under this contract, the contractor shall prepare and furnish to the Coast Guard a properly completed DD Form 250 Material Inspection and Receiving Report or Commercial Bill of Lading. The packaging slip shall include the following information: (1) National Stock Number, (2) Part Number, (3) Nomenclature, (4) Serial Number, (5) Contract Number, (6) Task/Delivery Order Number, (7) Line Item Number, and (8) Quantity. One copy of the packaging slip shall be submitted with the shipment and shall be attached to the outside of the shipping carton. 11. Inspection and acceptance shall be performed by the Defense Contract Management Agency representative at the contractor's facility. Inspection and Acceptance shall be in accordance with 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009). 12. ALC considers components ready for issue upon acceptance. Components determined to be NRFI upon installation may be returned to the contractor with deficiencies described in a Quality Deficiency Report. PACKAGING INSTRUCTIONS 1. USCG Aviation Logistics Center is a supply depot; therefore, material will be stored and transshipped to various users. The container shall be packed and labeled suitable for shipment via land, air or sea. 2. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. 3. Each part shall be individually packed in a separate envelope, box, carton or crate. 4. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Purchase Order Line Item Number. 5. Packing List and Certification/Documentation shall be placed on the outside of individual containers. 6. The internal packing material shall be sufficient to prevent damage during shipment, handling, and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. APPLICABLE CLAUSES 1. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) applies to CLIN 2 of this requirement. The contractor is required to identify the labor categories applicable to the work identified by this SOW. The applicable wage determination will be provided as part of any resulting order. It is presumed that pricing submitted in response to this SOW considers the wage rates for the contractor's specific location. The wage determination can be downloaded at http://www.wdol.gov. The USCG does not own specifications, plans, and drawings and no other technical data will be included in this solicitation. 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 DCMA. 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. Offers shall be able to provide necessary certifications including traceability to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. 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 (Jun 2010) 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); CERTIFICATION AND DOCUMENTATION REQUIREMENTS. 1. Services shall be performed only by Federal Aviation Administration (FAA) or OEM approved or USCG-approved contractors. The contractor shall submit copies of certifications to the Contracting Officer for approval prior to execution of any contract/order award. Note: The contractor's FAA certification must reflect authorization to repair the exact category for the components specified in the schedule. 2. The contractor shall provide an airworthiness certificate (FAA Form 8130-3 or alternate approved by ALC Engineering) for each component. The certificate must be signed and dated by an authorized representative of the approved repair station. 3. A Certificate of Conformance in accordance with Federal Acquisition Regulation 52.246-15 shall be provided for each component. 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 (July 2010) 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 (Jul 2010) (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 (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 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). 1 (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 1 (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). This clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits (End of clause) The closing date for receipt of quotes is November 10, 2010 at 10:00 am EDT. Anticipated award date is no later than December 20, 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 252-335-6790. Point of contact is Geneva James, phone 252-334-5094, and email: Geneva.K.James@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG3811QS00005/listing.html)
 
Place of Performance
Address: US Coast Guard, Aviation Logistics Center, 1664 Weeksville Road, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02317665-W 20101029/101027234121-cdbe9e4bdb16bbbecfc90734548cb394 (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.