Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
SOLICITATION NOTICE

16 -- Overhaul of Brake Assemblies

Notice Date
12/28/2010
 
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
HSCG38-11-Q-301020
 
Archive Date
1/29/2011
 
Point of Contact
Theresa Alkeus, Phone: 2523345174, Danny R Sawyer, Phone: 252-335-6291
 
E-Mail Address
Theresa.L.Alkeus@uscg.mil, danny.r.sawyer@uscg.mil
(Theresa.L.Alkeus@uscg.mil, danny.r.sawyer@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 13.5. This announcement constitutes the only solicitation; Firm-fixed-price quotes are being requested for overhaul of Brake Assemblies used on the USCG HC 130-H Aircraft. Solicitation number HSCG38-11-Q-301020 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is issued as a Request for Quotation (RFQ). Quotes must be rounded to the nearest U.S. dollar value. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-47. The North American Industry Classification System Code is 336413. The small business size standard is 1000 employees. This procurement is a Small Business Set Aside. Evaluation factors award will be based on Lowest Price Technically Acceptable quote. All responsible sources may submit an offer, which will be considered. Vendors must have a valid Cage Code, DUNS number and be registered in CCR. These items are FLIGHT CRITICAL for the USCG C-130 aircraft. Quotes may be submitted on company letterhead stationery indicating the National Stock Numbers, Nomenclatures, Part Numbers and Unit Pricing. CLIN 0001: Overhaul of Brake Assemblies, NSN: 1630-00-825-4794, P/N: 9560685-1, Quantity of (31) Thirty-one each (MFG CAGE CODE (0B9R9) in accordance with AFTO# 4B1-2-1003 CHANGE 7, 29 SEPT 2010. CLIN 0002: Overhaul of Brake Assemblies, NSN: 1630-01-500-1903, P/N: 9560685-1, Quantity of (3) Three each (MFG CAGE CODE (0B9R9) in accordance with AFTO 4B1-2-1003 CHANGE 7, 29 SEPT 2010 The Coast Guard does not maintain nor release Air Force Technical Orders. This material is designated as Aviation Computerized Maintenance System (ACMS) Tracked and are FLIGHT CRITICAL. The contractor must have access to all applicable technical orders and is responsible for obtaining the technical orders. The contractor shall review all manufacturers' service bulletins, service information letters, equipment revisions, and latest versions of (list overhaul/repair directive), for applicability against the reworked item's part number. Offerors must provide the cover sheet/title page for the latest revision of the overhaul directive in your possession to the Contracting Officer with your offer. Contract award for this requirement will not be delayed pending contractor registration in the Central Contractor Registration or awaiting delivery of the overhaul directive. Overhaul pricing shall include all replacement parts. All replacement parts shall be new; Original Equipment Manufacturer (OEM) approved parts. The United States Coast Guard (USCG) 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 OEM Certification to perform overhaul service; on the items listed above and must provide proof of these certifications with its quote. Evidence of other certifications, such as a Department of Defense (DOD) Certification, may be submitted to the Contracting Officer for review and approval on a case by case basis. Subcontracting, as it pertains to the overhaul of the specified components, is limited to concerns in full possession of the required certifications and must be identified with the offer. Offerors are required to propose firm-fixed price for scrapping repairable 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 (15) 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. Non-reworkable 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 repairable 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 repairable. Earlier deliveries are acceptable and desired at no additional cost to the Coast Guard. Inspection is by Certificate of Conformance and acceptance shall be performed at destination by USCG, ALC Quality Assurance. Items shipped shall be shipped to: USCG Aviation Logistics 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. 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 record of technical acceptability, price, and past performance, access to manuals, and evidence of current certificates. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.252-1 Solicitation Provisions Incorporated by Provisions (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://www.arnet.gov/far/index.html FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2010); (b) (1) with alt I, (21), (22), (23), (24), (25), (26), (27), and (35) FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010)- 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 (o) of this provision. FAR 52.247-34, F.o.b. Destination (Nov 1991); FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008); 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 52.233-3, Protest After Award (Aug 1996); Point of contact is Theresa Alkeus at (252) 334-5174 and Danny Sawyer, at (252) 335-6291. Closing date/time for submission of quotations is 14 Jan 2011, 3:00 P.M. Eastern time. Submissions may be emailed to Theresa.L.Alkeus@uscg.mil or submitted to Aviation Logistics Center, 1060 Consolidated Road, Elizabeth City, NC 27909. (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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-301020/listing.html)
 
Place of Performance
Address: 1060 Consolidated Road, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02351363-W 20101230/101228233814-795adf6516dbbca611aeabfbb9775028 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.