Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
MODIFICATION

16 -- OVERHAUL of C130 Engine Starters

Notice Date
6/30/2011
 
Notice Type
Modification/Amendment
 
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-300063
 
Archive Date
7/19/2011
 
Point of Contact
Kathrine R Leach, Phone: 2523345256, Denise P Hall, Phone: 252-334-5323
 
E-Mail Address
kathrine.r.leach@uscg.mil, denise.p.hall@uscg.mil
(kathrine.r.leach@uscg.mil, denise.p.hall@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT A0001: Combined Synopsis/Solicitation HSCG38-11-Q-300063 is amended as follows: The closing date and time for receipt of quotations is extended to: 5 July 2011 at 3:00pm Eastern Time. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. Solicitation number HSCG38-11-Q-300063 is assigned to this procurement for tracking purposes only and is issued as a Request for Quotation (RFQ). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-52. This solicitation is issued as a total Small Business Set-side. The North American Industry Classification System Code is 336413 and the small business size standard is 1000 employees. Firm fixed price quotes are requested for the Overhaul of the following equipment: CLIN 0001: OVERHAUL C130 Engine Starters, P/N 3505786-1, NSN: 2995-01-493-4166, Quantity 10 each. Overhaul work is to be in accordance with (IAW) Commercial Maintenance Manual (CMM) 80-10-31. The Original Equipment Manufacturer of the equipment is Honeywell International Cage Code 59364. ONLY shaft P/N: 3500062-2 can be used to overhaul these USCG assets. This equipment is used on the USCG HC-130H aircraft and is Flight Critical. Description of the Requirement: Overhaul prices shall include all replacement parts required by the CMM. All replacement parts shall be new with traceability back to the OEM. The Coast Guard does not intend to provide replacement parts as Government Furnished Material in performance of the requirement. The contractor shall be required to submit a written notice to the Contracting Officer once equipment has been received verifying the actual Part Numbers, NSN’s and Serial Numbers on the equipment. The information on the equipment should mirror the information on the Purchase Order. The written notification shall identify any discrepancies between the equipment and the Purchase Order. Equipment received that indicates obvious misuse, cannibalization or severe damage due to mishandling or crash damage are considered exclusions and will be handled on a case-by-case basis. Over and above work outside the direction of the CMM that is found during performance will be handled on a case-by-case basis. 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 “over-and-above”. In the event of exclusions or over-and-above work, the contractor will be required to submit an equipment condition report to the Contracting Officer detailing the finding and a listing of the additional parts and labor necessary to return the equipment to serviceable condition. Non-re-workable items replaced during modification/overhaul shall be disposed of as scrap. Should equipment be determined Beyond Economical Repair (BER) the contractor shall provide written notification to the Contracting Officer of the BER condition and await disposition instructions. The contractor will be entitled to a separate evaluation fee and scrap charge. Packaging and Marking: 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 Purchase Order Number, Line Item Number, Nomenclature, Part Number, NSN, and Serial Number. The internal packaging material shall be sufficient to prevent damage during shipping, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one (1) year. The 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. Packaging material shall NOT consist of popcorn material, shredded paper, Styrofoam of any type or peanut packaging. Copies of packing slips shall be affixed to the outside of the shipping container. The USCG does not own nor can it release the Commercial Maintenance Manuals (CMM) necessary to perform the equipment overhaul work. The contractor must be able to obtain the CMM including any applicable service bulletins. The Engine Starters are Flight Critical and serial number tracked. The contractor must be able to provide a Certificate of Conformance or, if permitted by the Federal Aviation Administration (FAA), a certificate of airworthiness for each piece of equipment overhauled. Offerors and any subcontractor to be used in performance of the required work shall be either OEM Certified or be an FAA Approved/Certified Repair Station. Offerors are required to submit evidence of a valid OEM Certification or FAA Certification showing authorization to affect overhaul on the Engine Starters. Expired or pending certifications are not acceptable and will render an offeror’s quotation as not technically acceptable. The required Delivery time frame is no later than 30 September 2011. Earlier deliveries are acceptable providing there is no additional cost to the Government. Equipment shall be shipped to the USCG Aviation Logistics Center, Receiving Section Bldg 63, Weeksville Rd., Elizabeth City, NC 27909. Inspection and Acceptance shall be performed by the USCG ALC Quality Assurance and the Certificate of Conformance (COC). F.o.b. Destination quotes are preferred however an F.o.b. Origin, Freight Prepaid quote is acceptable. F.o.b. Origin, Freight Prepaid quotes MUST include an estimate of shipping costs which will be added to the price quote for price evaluation purposes to arrive at the total cost to the Government. All responsible small business sources may submit a quotation which shall be considered by the agency. Because this acquisition is a Total Small Business Set-aside, quotations from Large Businesses will not be considered. The following FAR provisions and clauses are incorporated: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) The provision at FAR 52.212-2 Evaluation of Commercial Items is not applicable to this solicitation. In lieu of this provision the following evaluation procedures shall be used: Quotes will be evaluated and a purchase order will be issued to the lowest priced technically acceptable quote. Technical Acceptability: Quotes must include copies of the following documents to be technically acceptable; 1) Copy of the CMM cover sheet, 2) Copy of a valid FAA Certification or an OEM Certification, 3) a statement identifying subcontractor the prime contractor intends to use with a copy of the subcontractor’s FAA or OEM Certification. If no subcontractor will be used the quotation should state this. Price: Offerors shall submit firm fixed prices for the overhaul work. It is anticipated the Service Contract Act of 1965 will apply to the resulting Purchase Order and the Wage Determination rates applicable to the place of performance and effected contractor employees will be incorporated. Quotations are to identify the title of the employees that will perform the overhaul work. While contractor employees are performing under the resulting Purchase Order the contractor will be responsible for compliance with the Service Contract Act of 1965 including payment at a minimum the amount of wages specified in the Wage Determination for those employees. Prices quoted shall consider the wages to paid to contractor employees. The Place of Performance at this time is Unknown and will be determined upon issuance of a Purchase Order. Quotations shall identify the Place of Performance. Quotes shall also indicate any applicable Evaluation Fee and Scrap Charge. Quotes shall indicate the F.o.b. shipping point (Destination or Origin, Freight Prepaid). F.o.b. Origin, Freight Prepaid quotes shall include the shipping point and estimated freight cost to arrive at the total cost to the Government. Quotes shall also include applicable payment terms and payment discounts which will be used only for payment of invoice purposes. Payment discounts are not evaluated as part of the price evaluation. Quotations shall identify the solicitation number HSCG38-11-Q-300063 and include the contractors Cage Code. Contractor’s must be registered in CCR. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011); 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 (June 2010) with the following addendum: FAR 52.211-14, Notice of Priority Rating for National Defense Use, Emergency Preparedness, and Energy Use Program (Apr 2008); DO-A1 Rated Order 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 52.246-2 Inspection of Supplies-Fixed Price (Aug 1996) FAR 52.246-15 Certificate of Conformance (Apr 1984) FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (Apr 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). Full text of provisions and clauses may be accessed electronically at https://www.acquisition.gov/far FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011); Subparagraph (a),(b) (6) (7), (11), (21), (25), (26) (27), (29), (36), (37), (40) and (45), Subparagraph C Clauses (1) and (2). The Closing date and time for receipt of quotations is: 4 July 2011 at 3:00pm Eastern Time. Quotes may submitted electronically to Kathrine.R.Leach@uscg.mil or Denise.P.Hall@uscg.mil Questions regarding this solicitation must be submitted IN WRITING to Denise.P.Hall@uscg.mil and/or Kathrine.r.leach@uscg.mil no later than 1 July 2011 2:00pm Eastern Time. PHONE CALLS REGARDING THIS SOLICTIATION PRIOR TO ITS CLOSING WILL NOT BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-300063/listing.html)
 
Place of Performance
Address: DRS Heavy Maintenance, 1060 Consolidated Road, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02486850-W 20110702/110630235321-e05b0dee8ae7fa170602ec23c1c35f72 (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.