Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOLICITATION NOTICE

16 -- Inspect, Strip, Moisture Test, Signature Test, Repair, & Paint C130 Nose Radome

Notice Date
2/8/2011
 
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-300045
 
Point of Contact
Thomas F Mason, Phone: 252-384-7184, Danny R Sawyer, Phone: 252-335-6291
 
E-Mail Address
thomas.f.mason@uscg.mil, danny.r.sawyer@uscg.mil
(thomas.f.mason@uscg.mil, danny.r.sawyer@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
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 quotes for the procurement of the following items are being requested and a written solicitation will not be issued. Solicitation number HSCG38-11-Q-300045 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Quotation (RFQ). When soliciting quotes or offers, round-off prices to the nearest U.S. dollar value. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-49. This combined synopsis / solicitation is being issued as a total small business set-aside. The North American Industry Classification System Code is 336413 and the small business size standard is 1000 employees. Offers may be submitted on company letterhead stationery indicating the National Stock Number, Part Number, and Nomenclature. All offers are to be submitted in U.S. Dollars, rounded off to the nearest whole dollars. Evaluation factors for award will be based on lowest price technically acceptable quote INSPECT, STRIP, MOISTURE TEST, SIGNATURE TEST, REPAIR, & PAINT HC130H NOSE RADOME, NSN: 1560-01-HS1-4769, P/N: 9805-23102-001, the quantity of three (3) each (Mfg cage code 0Y981), ) to be repaired In Accordance With (IAW) A.F.T.O. 1C-130A STRUCTURAL REPAIR & T.O. 1-1-24 MAINTENANCE/ELECTRICAL REPAIR. This will be awarded as a firm-fixed-price for the labor and materials for the repair of said item. This requirement is subject to all terms and conditions of the Service Contract Act. The United States Coast Guard (USCG) does not own and cannot provide drawings or specifications. Contractor is to provide Federal Aviation Administration Certifications or Department of Defense (DOD) certifications with their proposal. 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 repaired item's part number. Vendor is to provide the cover sheet/title page for the latest revision of the overhaul directive in your possession to the Contracting Officer with your offer. The USCG, Aviation Logistics Center (ALC) engineering department will make a determination on the acceptability of the DOD certification. 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 repair directive. Repair pricing shall include all replacement parts. All replacement parts shall be new; Original Equipment Manufacture (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 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 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 repair 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 repair directive will NOT be considered as reasons for "over and above" proposals and will not necessitate re-negotiation of the repair prices. Non-reworkable items replaced during repair 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. The USCG, ALC 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, 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 repaired item's part number. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010) with the following addendum: 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 www.deskbook.Osd.Mil. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2011); (b) (6), (10), (20), (21), (22), (23), (24), (26), (33), (34), (37), and (42). FAR 52.222-41, Service Contract Act of 1965 (Nov 2007), FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2011)-An Offeror shall complete only paragraph (b) of this provision if the offer 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 (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 52.214-34, Submission of Offers in English Language (Apr 1991); FAR 52.214-35, Submission of Offers in U. S. Currency (Apr 1991); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). Point of contact is Thomas Mason at (252) 384-7184 and Danny R. Sawyer, at (252) 335-6291. Closing date/time for submission of quotations is 23 February 2011, 3:00 P.M. Eastern time. Submissions may be faxed to (252) 335-6452 or emailed to either Thomas.F.Mason@uscg.mil, or Danny.R.Saywer@uscg.mil. Submit to USCG C-130H, Aviation Logistics 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-300045/listing.html)
 
Place of Performance
Address: USCG C-130H, Aviation Logistics Center, DRS C-130H Heavy Maintenance Hanger, 1060 Consolidated Road, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02375332-W 20110210/110209060154-0e5e417b03d09ff27ef7c3d410fdc840 (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.