Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOLICITATION NOTICE

16 -- Repair Controller Assembly Lights for HH60 Helicopter

Notice Date
4/15/2011
 
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
HSCG3811QS00072
 
Archive Date
5/31/2011
 
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-S00072 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-51. 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. The North American Industry Classification System Code is 336413 and the size standard is 1,000 employees. This is an unrestricted procurement. In accordance with FAR 6.302-1(a)(2), the U.S. Coast Guard Aviation Logistics Center (ALC) plans to award one (1) purchase order and negotiate only with Survival Systems USA (Cage Code 1LDF2) as the only known source of supply. All responsible sources may submit offers which shall be considered by the agency. Schedule of Supplies/Services Description 1. Controller Assembly Light Qty 10 Each P/N: 31D-104-00 NSN: 6110-01-HS1-4407 Required Delivery: 14 weeks ARO and induction STATEMENT OF WORK 1. The components identified in the Description of Items or Services will be furnished to the contractor at the prices established at award for repair. All repair actions shall be in accordance with the OEM's commercial repair manuals and Federal Aviation Regulation Parts 43 and 145 or alternate standard approved in writing by USCG HH60J/T Engineering Branch. Components furnished hereunder shall be returned by the contractor in an airworthy condition and in all respects suitable for installation in U.S. Coast Guard (USCG) aircraft. Certification and documentation requirements apply. 2. The contractor shall also perform a visual and technical inspection in accordance with the current applicable Component Maintenance Manual (CMM) 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). 3. 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 ALC Engineering Division. In all cases, replacement parts shall be new. A copy of the contractor's work order, listing all replacement parts order, 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. 4. A DD Form 1577-2, Unserviceable (Repairable) Tag-Material, or a CG-1577-A (11-90), Unsatisfactory Report Tag, will be attached to each Not Ready for Issue (non-RFI) component describing faults. Components shall be repaired to correct the specific fault(s) identified. Components shall also be bench-tested to determine any faults not identified by the government and repaired within the firm-fixed prices established herein. 5. ALC considers components ready for issue (RFI) upon acceptance. Components determined to be non-RFI upon installation may be returned to the contractor with deficiencies described in a Quality Deficiency Report (QDR). 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 at destination by ALC's Receiving Section. 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. APPLICABLE CLAUSES 1. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) applies to 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. 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:_______________________________________________________________________ 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. 52.204-7 Central Contractor Registration (Apr 2008) 52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 2010) (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 (Mar 2010) 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 (o) 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) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Apr 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 0Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 1 (20) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C 632(a)(2)). 1 (22) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 1 (23) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 1 (24) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 1 (25) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 1 (35) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 1 (38) 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 (43) 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, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (End of clause) 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. The closing date for receipt of quotes is April 22, 2011 at 10:00 am EDT. Anticipated award date is no later than June 1, 2011. 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/HSCG3811QS00072/listing.html)
 
Place of Performance
Address: USCG, Aviation Logistics Center, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02426522-W 20110417/110415235154-612085c19d5148854e09125bb71be298 (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.