Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOLICITATION NOTICE

J -- Overhaul Oxygen Regulators

Notice Date
3/9/2012
 
Notice Type
Presolicitation
 
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
HSCG38-12-R-H00007
 
Archive Date
4/30/2012
 
Point of Contact
Denise P Hall, Phone: 252-334-5369, Danny R Sawyer, Phone: 252-335-6291
 
E-Mail Address
denise.p.hall@uscg.mil, danny.r.sawyer@uscg.mil
(denise.p.hall@uscg.mil, danny.r.sawyer@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Pre-Solicitation Notice and NOT a Request For Proposal (RFP) Solicitation. The U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) Long Range Surveillance Product Line, Elizabeth City, NC 27909 intends to solicit proposals for the Overhaul of Oxygen Regulators that are used on the USCG HC-130H Aircraft. The Government anticipates award of a single Indefinite Delivery Requirements Contract consisting of a 12-month Base Period and four (4) 12-month Option Periods. The Solicitation will be issued as a Request for Proposal (RFP) using the policies of FAR 12 in conjunction with FAR 15, and will be an unrestricted procurement. Overhaul work shall be performed in accordance with Air Force Technical Orders (AFTO) 15X6-3-21-13. The USCG does not maintain or release the technical documents. To obtain the necessary AFTOs contractors must be registered as a certified U.S. Contractor with the Defense Logistics Support Center (DLSC). The USCG does not control the USAF Technical Order process and contract award will not be delayed pending contractor registration for documents. It is anticipated the solicitation will require offerors to provide evidence of being registered with the DLSC and able to obtain the AFTOs. The estimated quantities are the same for each contract year. The Original Equipment Manufacturer (OEM) is Carleton Technologies, 10 Cobham Drive, Orchard Park, NY (Cage Code 0577). The following are the Oxygen Regulators requiring overhaul: CLIN X001. Oxygen Regulator, P/N B40550-1, NSN: 1660-01-407-8855 (Head of the NSN family) and/or P/N 29270-10-A-B1 (NSN Member). The quantity for each 12-month contract period is an estimate of 30 each for a total estimated quantity of 150 each over the life of the contract. CLIN X002: Fee for Inspection No Fault Found CLIN X003: Composite Hourly Labor Rate for work/materials necessary to return equipment to serviceable condition but is not required by the AFTO. The above equipment is Flight Critical and will require an Airworthiness Certification for all overhauled equipment. The FAA Form 8130-3 or 8130-4 will be acceptable but its specific use will not be required. The contractor shall be permitted to use an alternate form to certify airworthiness but shall use language and formats either the same or similar as used for commercial customers under FAA regulations. If the FAA Form 8130-3 or -4 is not used, offerors shall be required to describe how the Airworthiness Certification will be accomplished including the format and language that will be used, and shall be required to include information on the individual(s) who will perform the airworthiness certification and their qualification to do so. Services shall be performed at the contractor owned and operated facility and the contractor shall provide all tools, equipment, personnel and other resources necessary for contact performance. It is anticipated the Service Contract Act of 1965 will apply to the resulting contract and Wage Determination with rates applicable to the place(s) of performance and effected contractor employees will be incorporated as a material part of the contract. The Solicitation will list the possible place(s) of performance identified and the applicable wage determination for each locality. The solicitation document will provide the Statement of Work with a description of performance requirements and evaluation factors. The solicitation will contain the statement required by FAR 5.207(c)(15)(ii) that all responsible sources may submit a proposal which shall be considered by the agency. The Solicitation Number will be HSCG38-12-R-H00007 which is the same number as this Notice. The solicitation package will be available for download/print on the Federal Business Opportunities website after the fifteen (15) advertising requirement for this Notice has been met. It is anticipated the solicitation package will be issued the second (2nd) week of April 2012. The point of contact for the procurement is Denise.P.Hall@uscg.mil, Contract Specialist. Questions or comments regarding this procurement shall be submitted in writing. Phone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-R-H00007/listing.html)
 
Record
SN02693189-W 20120311/120309235058-a7e82c549b226b5bd9cd5aef3dd173db (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.