Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

16 -- REPAIR - TRANSFER FUEL PUMPS

Notice Date
4/13/2012
 
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
HSCG38-12-Q-200060
 
Archive Date
5/9/2012
 
Point of Contact
Sheila G Midgette, Phone: 2523356493, David W. Allen, Phone: 2523356644
 
E-Mail Address
sheila.g.midgette@uscg.mil, david.w.allen@uscg.mil
(sheila.g.midgette@uscg.mil, david.w.allen@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE FOR FILING AGENCY PROTESTS 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. Federal Business Opportunities 1. Action Code: K 2. Send to Fed Biz Ops: Yes 3. Date: 11 April 2011 4. Classification Code: 5. Contracting Office Address: USCG Aviation Logistics Center SRR Procurement 1664 Weeksville Road Elizabeth City, North Carolina 27909-5001 6. Title: TRANSFER FUEL PUMPS REPAIR 7. Response Date: 24 April 2012 8. Primary Point of Contact: SHEILA G. MIDGETTE 9. Secondary Point of Contact: DAVID W. ALLEN 10. Solicitation Number: HSCG38-12-Q-200060 11. Reference Number: N/A 12. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12 and 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-12-Q-200060 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,000 employees. The USCG plans to award a firm fixed price purchase order for repairs used on the Short Range Recovery (SRR) aircraft. This is an unrestricted procurement. TRANSFER PUMP P/N: 2180F02 QTY: 07 EA NSN: 4320 14 424 8184 The Original Equipment Manufacturer (OEM) is Zodiac Intertechniques Systems France. The data required to repair this item is only available from the OEM. The contractor must have access to the most recent component maintenance manual (CMM) from the OEM. Drawings and specifications are not available and cannot be furnished by the Government. The vendor must possess appropriate FAA certification and SHALL be an OEM-approved source. Certifications shall be required prior to award. 1. This Statement of Work (SOW) provides for the repairing to like new condition of components listed above for the Coast Guard's Aviation Logistics Center (ALC) HH65 fleet. The components will be furnished to the contractor for repair at the prices established at award. The information contained in this SOW is not intended to be all-inclusive or to detract from procedures outlined in the OEMs specification except where noted herein. All repair actions shall in accordance with the OEM commercial repair/overhaul manuals and Federal Aviation Regulation Part 43 and 145 or alternate standard approved in writing by Engineering Division, USCG ALC, and Contracting Officer. Components furnished hereunder shall be returned by the contractor in an airworthy condition and in all respects suitable for installation on the HH65 aircraft. Certification and documentation requirements apply. 2. These are NOT flight critical items; however, serial number tracking shall be used for validating that the correct unit was received at the vendor's repair/overhaul facility and returned to ALC. Upon receipt of the items to be repaired/overhauled, the contractor shall notify the Contracting Officer, SRR Supply Cell, in writing of the date of receipt, confirm the serial number(s) of the items received, and the applicable purchase order/contract/delivery /task order number. Notification by facsimile or email is acceptable: submit to (252) 334-5240, Attn: Contracting Officer, SRR Supply Cell. The email address will be provided by the Contracting Officer. 3. The contractor shall provide all necessary parts, material, labor, tooling, repair manuals, test equipment, and facilities to evaluate and repair the components listed for the Coast Guard fleet of HH65 helicopters, as necessary to conform to the requirements of this SOW at the firm-fixed pricing established in the contract schedule. The contractor shall provide the data and documentation requirements specified as part of this SOW. 4. The work shall be in accordance with the OEM specifications; latest change revision shall apply and shall be used when performing the repair requirements within this contract except where noted herein. The contractor must have access to all needed maintenance, repair and overhaul manuals, and performance/test/acceptance criteria and data to ensure that equipment is repaired, calibrated, and operating in accordance with the OEM's current specifications. 5. 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 corrosion from a part that 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's specifications (or best commercial practices if not addressed by the OEM). 6. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Corrosion is expected on equipment to be repaired under this contract. During inspection and functional test, the presence of corrosion in any component or subcomponent thereof shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made only to the extent necessary to remove corrosion or replace the part(s) affected. Corroded parts shall be replaced except in those cases where removal of corrosion from a part will not impair efficiency or safe operation of the part. Corrosion removal and treatment of affected areas shall be accomplished in accordance with the OEM's current specifications and drawings. 7. Components returned for repair shall be overhauled when the Time-Since-Overhaul (TSO) is equal to or greater than 60% of the scheduled Time-Between-Overhaul (TBO) recommended by the OEM. However, in no case shall the price specified on the order be exceeded without written authorization from the Contracting Officer. 8. 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. Replacement parts shall be new. A copy of the contractor's work order, listing all replacement parts and costs, 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. 9. 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. 10. The Coast Guard desires early deliveries; therefore, early shipments are encouraged as long as no additional costs are incurred by the Coast Guard. All requests for time extensions shall be in writing and shall include substantiation of the need for such time extension(s) in accordance with 52.212-4(f), excusable delays. If nonperformance is not covered by an excusable delay, the contractor and Contracting Officer shall negotiate the consideration for the approval of the extended delivery date at which time a modification to the order will be issued to reflect the consideration and the extension. PACKAGING & MARKING A. PACKAGING & PRESERVATION Packaging and preservation shall be the vendor's best commercial practice and shall include the following information: 1. The USCG Aircraft Logistics Center (ALC) 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. For bulk packages, packaging of material up to 100 each per package is acceptable. 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. B. MARKING INSTRUCTIONS All shipping containers/packages shall be marked for delivery in accordance with the contract. All parts and assemblies, which require special care during packing, handling or shipping shall be identified and marked appropriately. A copy of the packing slip shall be affixed to the exterior of the package or shipping container and shall contain the following information: Nomenclature Serial Number Contractors Part Number National Stock Number Contract Number Item Number Contractor's Name and Address Assembly date for new components *All Certificates shall be placed on the outside of individual containers* INSPECTION AND ACCEPTANCE A. Inspection under this contract, to ensure that equipment is in accordance with manufacturer's specifications, shall be performed at destination by local USCG Receiving section personnel and consist of count and condition to ensure that the part is Ready for Issue (RFI). B. All equipment contracted must meet OEM specifications. C. Acceptance of material under this contract shall be performed by verification of receipt of manufacturer's Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) 52.246-15 or FAA certifications. NOTE: Tracked items will be designated in the contract and accepted by local USCG Quality Assurance personnel. TYPE OF CONTRACT Firm Fixed Price DELIVERY SCHDULE (*Calendar Days) ALL ITEMS WILL BE DELIVERED TO USCG AVIATION LOGISTICS CENTER, RECEIVING SECTION, BLDG 63, ELIZABETH CITY, NC 27909. FOB Point - Destination. Delivery date for each CLIN shall be as specified at time of award. INVOICING INSTRUCTIONS Invoices shall comply with FAR 52.212-4(g) and maybe submitted either: By mail to: Chief, Fiscal Branch Bldg. 63 USCOAST GUARD Aviation Logistics Center Elizabeth City, NC 27909-5001 Electronically to: ALC-Fiscal@usCoast Guard.mil By Fax to 252-334-5465 *Contractors are encouraged to submit invoices electronically. SHIPPING INSTRUCTIONS Unless otherwise specified deliverable hardware items shall be shipped to the following address: USCG Aviation Logistics Center Bldg. 63 Receiving Section Elizabeth City, NC 27909-5001 52.211-14 Notice of Priority Rating for National Defense Use, Emergency APR 2008 Preparedness and Energy Use Program (APR 2008) DO rated. 52.212-1 Instructions to Offerors - Commercial Items FEB 2012 52.212-3 Offeror Representations and Certifications-Commercial Items MAR 2012 Alternate I APR 2011 Offerors 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 paragraph (c) through (o) of this provision. 52-212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) with the following included in the addendum: 52.252-2 Clauses Incorporated by Reference (FEB 1998). The full text of a clause may be accessed electronically at this internet address: https://www.acquisition.gov/far. 52.212-4 Contract Terms and Conditions-Commercial Items FEB 2012 52.222-41 Service Contract Act of 1965 NOV 2007 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 1989 52.246-1 Contractor Inspection Requirements APR 1984 52.246-15 Certificate of Conformance APR 1984 52.247-34 F.O.B. Destination NOV 1991 *An informational wage determination will be on the resultant award. DEPARTMENT OF HOMEAND SECURITY ACQUISITION REGULATION (HSAR) CLAUSE 3052.209-70 Prohibition on Contracts with Corporate Expatriates JUN 2006 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Mar 2012) (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)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 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: (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (42) 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). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). (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. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (END OF CLAUSE) Closing date and time for receipt of offers is 24 APRIL 2012 by 10:30 A.M., EST. E-mail quotes are preferred and may be sent to Sheila.G.Midgette@uscg.mil. Please indicate HSCG38-12-Q-200060 in subject line. Quotes may also be faxed to 252-334-5240, or mailed to the following address: USCG ALC 1664 Weeksville Road SRR Hangar 75, HSCG38-12-Q-200060 Attn: Sheila G. Midgette Elizabeth City, NC 27909-5001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-200060/listing.html)
 
Record
SN02721769-W 20120415/120413234934-94912805eeaadb35d36ee9054260ede8 (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.