Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

J -- All services to prepare, scuff, sand or strip coatings, and externally paint the HC-144A aircraft as well as minor maintenance in accordance with the statement of objectives - Attachment 1, Tentative Schedule

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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-010002
 
Archive Date
6/8/2012
 
Point of Contact
Tonya W Bush, Phone: 252-335-6195
 
E-Mail Address
tonya.w.bush@uscg.mil
(tonya.w.bush@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1, Tentative Schedule for HSCH38-12-R-010002 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; written proposals are being requested and a written solicitation will not be issued. This Request for Proposal HSCG38-12-R-010002 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-58. This is an unrestricted procurement. The North American Industry Classification System (NAICS) code is 488190. The small business size standard is $7.0 million average annual receipts. This contract will be awarded as a firm-fixed-price indefinite delivery requirements contract. Offerors must submit prices for the Base Year and Option Years 1 through 4 in order to be considered for award. The Coast Guard cannot furnish OEM Manuals, AFTOs or NAVAIRs. The contract will include one base year and four option years renewable at the discretion of the government. The total duration of this contract shall not exceed five years. Estimated effective date for contract performance is 01 July 2012. The first year is anticipated to be from 01 July 2012 (or award date whichever is later) through 30 June 2013. Each successive year of the option years will run consecutively. ALL QUANTITIES ARE ESTIMATES. All responsible sources may submit a proposal which shall be considered by the agency. FIRM-FIXED PRICES FOR THE FOLLOWING: Base Option Option Option Option Year Year Year Year Year 1 2 3 4 EST EST EST EST EST Qty Qty Qty Qty Qty 1 Proposed Pricing for Scuff & Paint per 2.3.1 of SOO 2 tiny_mce_marker____ 0 tiny_mce_marker____ 0 tiny_mce_marker____ 0 tiny_mce_marker____ 0 tiny_mce_marker____ (Inclusive of Minor Maintenance) Proposed Delivery Schedule is (if varies from 2.3.1 of SOO):___________________________________________ 2 Proposed Pricing for Strip & Paint per 2.3.2 of SOO (Inclusive of Minor Maintenance) Programmed Depot Maintenance (PDM) Pre-PDM 2 tiny_mce_marker____ 4 tiny_mce_marker____ 3 tiny_mce_marker____ 4 tiny_mce_marker____ 3 tiny_mce_marker____ Post-PDM 2 tiny_mce_marker____ 4 tiny_mce_marker____ 3 tiny_mce_marker____ 4 tiny_mce_marker____ 3 tiny_mce_marker____ Proposed Delivery Schedule for Pre-PDM and Post-PDM is (if varies from 2.3.3.1 and 2.3.3.2 of SOO):________________________________ Base Option Option Option Option Year Year Year Year Year 1 2 3 4 EST EST EST EST EST Qty Qty Qty Qty Qty 3 Certificate of Conformance (COC) (As Required) 6 *NSP 8 *NSP 6 *NSP 8 *NSP 6 *NSP 4 Temperature, humidity, dwell times, product nomenclature, record of material used, product codes, date and time when each coating was applied, primer and topcoat product numbers, batch numbers and color codes is to be provided to the Government Inspector. This information will be used to update the Airframe Significant Component History. (As Required) 6 *NSP 8 *NSP 6 *NSP 8 *NSP 6 *NSP 5 Completed forms for Weight and Balance (W&B), and MPC's for post wash lubrication (As Required) 6 *NSP 8 *NSP 6 *NSP 8 *NSP 6 *NSP 6 Individual Subcontracting Report (ISR) and Summary Subcontracting Report (SSR) shall be submitted to the Electronic Subcontracting Reporting System (eSRS) https://www.esrs.gov (As Required) NOTE: OR PROPOSAL IS TO INCLUDE A REQUEST FOR WAIVER THAT NO SUBCONTRACTING OPPORTUNITIES EXIST *NSP *NSP *NSP *NSP *NSP 7 Government Property Report, (1 as required) *NSP *NSP *NSP *NSP *NSP *NOT SEPARATELY PRICED (NSP) Interested parties submitting a proposal shall include the following information with their proposal package: • Performance Work Statement • Technical Data Package • Quality Certifications • Delivery schedule proposed in calendar days • Relevant Past Performance with points of contacts including email addresses and phone numbers • Subcontracting plan or a request for waiver if no subcontracting opportunities exist • Firm Fixed Price Proposal - Contractor shall submit a proposal including the requested information for other than cost or pricing data. USCG STATEMENT OF OBJECTIVES USCG HC-144A (CN-235) AIRCRAFT EXTERNAL PAINT 1.0 BACKGROUND 2.0 OBJECTIVE 3.0 APPLICABLE DOCUMENTS 4.0 MAINTENANCE REQUIREMENTS 5.0 DELIVERY SCHEDULE 6.0 PERFORMANCE REQUIREMENTS 6.1 CONTRACTOR 6.2 U. S. COAST GUARD (USCG) 7.0 MINOR MAINTENANCE 8.0 QUALITY ASSURANCE 9.0 GOVERNMENT FURNISHED MATERIALS 10.0 PAST PERFORMANCE 11.0 DELIVERABLES 12.0 INSPECTION and ACCEPTANCE 12.1 USCG ON SITE INSPECTION 12.2 INSPECTION AND ACCEPTANCE CRITERIA 13.0 MEETINGS 14.0 TRAVEL 15.0 USCG POINT OF CONTACT (POC) 1.0 BACKGROUND: The USCG operates thirteen HC-144A (CN-235, series CG01 or 300M) aircraft manufactured by Airbus Military (formerly EADS CASA), Seville, Spain. The base CASA CN235M aircraft provides the foundation for the HC-144A, changes to base aircraft configuration and the addition of supplementary systems have been combined resulting in the 300M series CG01 version of the CN235M, the USCG HC-144A Maritime Patrol Aircraft. These aircraft became operational in 2008, undergo Programmed Depot Maintenance Inspection (PDM) every four (4) years, and will require external paint refurbishment for the Coast Guard's fleet of HC144 aircraft. The USCG mission exposes these aircraft to harsh salt water environments. This Statement of Objectives (SOO) establishes the minimum requirements. 2.0 OBJECTIVE: 2.1 The USCG's objective is to obtain the services and establish a Firm Fixed Price Contract with a Federal Aviation Administration (FAA) authorized aircraft center with an onsite strip and paint facility and the capabilities and equipment to perform minor aircraft maintenance as described in paragraph 7.0. 2.2 The contractor shall provide all services necessary to prepare, scuff sand or strip coatings, and externally paint the HC-144 aircraft in accordance with (IAW) ALC's HC-144 Paint drawings 1100-11-1 (Paint and Detail Paint Drawing) and 1100-11-2 (Exterior Placards and Markings), Government published standards, CN-235 technical orders applicable to the CN-235 Model 300M Series CG01 version, and associated maintenance requirements listed in this SOO. Best commercial practices may be employed upon approval of USCG engineering. Note 1: The USCG will inspect and paint the following areas during depot maintenance: Engines (propeller cap, and propellers), interior and frames of crew entrance doors, escape hatches and cargo ramp, landing gear and interior landing gear wells, flight control surfaces (ailerons, elevators, rudder, flaps) and their leading edge box structures, antennas and radomes during PDM. These areas do not require strip or painting by the contractor. Note 2: The aircraft's exterior surface has numerous areas of composite materials. Location and type of composite materials can be found in the CN235 Structural Repair Manual. The offeror shall consider this in developing the detailed performance plan and timeline. 2.3 The contractor shall provide timelines and a cost breakdown for the following options: 2.3.1 Option 1: Scuff sand and paint aircraft tail number 2304's and 2305's external fuselage only IAW ALC's HC-144 Paint Drawings 1100-11-1 (Paint and Detail Paint Drawing) and 1100-11-2 (Exterior Placards and Markings). This will be one visit after aircraft PDM. Complete scuff sand and paint within 16 days after receipt of the aircraft. 2.3.2 Option 2: Strip and paint external fuselage for all aircraft after tail number 2305, Reference Attachment 1, Tentative Schedule. This step will be broken down into two phases: 2.3.2.1 Strip metallic structures prior to PDM and apply Ardrox 321-N temporary coating or equal to bare metallic structures. Protect seam sealants, composite, rubber and plastic materials, engines, propeller and all intakes, exhaust ports and orifices during the de-paint process. The contractor shall complete the strip process within seven calendar days after receipt of the aircraft. The aircraft will be delivered back to the government by USCG personnel. 2.3.2.2 Post PDM remove temporary coatings with Alkasol 27 or equal, alodine bare metal surfaces, scuff sand existing coatings applied to composites do not break the primer coat if possible and apply final paint finish IAW ALC's HC-144 Paint Drawings 1100-11-1and 1100-11-2. Complete the paint process within 16 calendar days after receipt of the aircraft. 2.3.3 Post Strip and Paint requirements: 2.3.3.1 The contractor shall perform the following maintenance actions after strip and paint: 2.3.3.1.1 Weigh the aircraft post strip and paint IAW Maintenance Procedure Cards (MPC's) 00WBR.0 and MPC 08000.0. 2.3.3.1.2 Perform post strip and paint lubrication IAW MPC 122001.0. 3.0 APPLICABLE DOCUMENTS 3.1 ALC HC144 Paint & Stencil Drawings can be acquired by contacting ALC Graphics at d05-smb-alc-tech-pubs-graph@uscg.mil Solicitation number or contract number shall be included with request for the following drawings: 3.1.1 ALC Drawing 1100-11-1, HC144 Paint & Detail Drawing 3.1.2 ALC Drawing 1100-11-2, HC144 Exterior Placards and Markings Stencils 3.2 USCG Maintenance Procedure Cards (MPC). 3.2.1 Coast Guard MPCs may be acquired by contacting AVI2 Delton Stuck, HC144 Maintenance Officer at Delton.W.Stuck@uscg.mil. Solicitation or contract number shall be included with request for MPCs. 3.2.1.1 MPC 122000.0, Aircraft Wash 3.2.1.2 MPC 122001.0, Lube, Post Airframe Wash 3.2.1.3 MPC 00WBR.0, Weight & Balance Review 3.2.1.4 MPC 080000.0, Weigh Aircraft 3.3 Original Equipment Manufacturers' (OEM) Maintenance Manuals applicable to the HC144, 300M series, CG01 version. 3.3.1 The USCG does not own the data rights to OEM Maintenance Manuals nor can it provide CN235 Maintenance Manuals. Manuals shall be acquired directly through Airbus Military. The USCG has assigned Coast Guard Technical Order (CGTO) numbers to the OEM manuals for internal use only. These CGTOs cannot be issued to outside contractors. 3.3.1.1 CN235 Structural Repair Manual 3.3.1.2 CN235 Corrosion Control Manual 3.3.1.3 CN235 List of Consumable Materials (LCM) 3.3.1.4 CN-235 Weight and Balance Manual applicable to the HC144. 3.4 U. S. Air Force Technical Orders (AFTO) 3.4.1 AFTO 1-1-8, Application and Removal of Organic Coatings 3.4.2 AFTO 1-1-690, General Advanced Composite Repair Processes 3.4.3 AFTO 1-1-691, Cleaning and Corrosion Prevention and Control 3.5 U. S. Navy Technical orders (NAVAIR) 3.5.1 NAVAIR 01-1A-509-2, Chapter 7, Cleaning and Corrosion Control Manual 3.6 The USCG cannot furnish AFTOs or NAVAIRs. 3.6.1 AFTO's may be obtained from Robins Air Force Base http://www.robins.af.mil/library/technicalorders.asp 3.6.2 NAVAIR's may be obtained from the Naval Air Systems Command FOIA http://foia.navair.navy.mil 3.7 Deviations: Any deviation from the documents listed in this SOO requires specific written approval from the USCG's Aviation Logistics' Center's (ALC) MRS Division Contracting Officer, Tonya Bush, email address is Tonya.W.Bush@uscg.mil. 3.8 Discrepancies: Any discrepancy between this section and any referenced technical manual shall be brought to the attention of the USCG's ALC MRS Division's Contracting Officer. The discrepancy shall be resolved prior to initiating the affected operation(s). 3.9 Questions concerning this solicitation shall be addressed to the USCG's ALC MRS Division's Contracting Officer (Tonya Bush), email address is Tonya.W.Bush@uscg.mil. 4.0 MAINTENANCE REQUIREMENTS The following criteria shall apply for each aircraft and shall be addressed in the contractor's proposal at a minimum in the contractor's performance plan. 4.1 Scuff sand and paint aircraft tail numbers 2304 and 2305 IAW Option One (Paragraph 2.3.1), and all remaining aircraft will fall under Option Two Paragraph (2.3.2) strip and paint. Reference Attachment 1 for tentative schedule. The contractor shall provide firm-fixed pricing and a timeline for the options listed in paragraph 2.3. 4.2 All work shall be IAW the documents listed in Paragraph 3.0. Commercial alternates may be acceptable upon approval by USCG Engineering. The contractor shall describe the process in their detailed performance plan. 4.3 Component removal: It is not anticipated that components (i.e. flight control surfaces, engine cowling, doors, panels, antennas, etc) will require removal. If component removals are required, contact ALC MRS Division's Contracting Officer for disposition. 4.4 HC144 flight controls (ailerons, rudder and elevators) were painted IAW ALC Drawing 1100-11-1 and balanced IAW CN235 Structural Repair Manual (SRM) during PDM by the USCG. Sherwin Williams Jet Glo Express will be applied. Reference ALC Drawing 1100-11-1 for FEDSTD 595 color numbers. 4.5 Environmental Conditions 4.5.1 All operations shall be accomplished indoors, in an environmentally controlled facility. Atmospheric conditions and aircraft temperatures shall meet AFTO 1-1-8 at a minimum. Painting operations shall not be initiated and will be suspended whenever specified conditions cannot be met. 4.5.2 Temperature, humidity, dwell times, product nomenclature, product codes, batch and lot numbers shall be recorded at the time the paint operations are initiated. These records are considered a deliverable and shall be provided to the Government Inspector. 4.6 Preparation 4.6.1 The contractor shall inspect the aircraft's condition for damage upon arrival. If damage is discovered the contractor shall contact the USCG's MRS Division's Contracting Officer within 24 hours for disposition. 4.6.2 All pre-paint preparations (taping, cleaning, sanding, stripping or treatments) shall be performed IAW AFTO 1-1-8 or best commercial practices. The aircrafts' external structure is comprised of both metallic and composite structures and shall be protected from solvent damage during all phases (stripping, cleaning and treating). Note: ALC drawing 1100-11-1 provides general location information of composite materials on the aircraft, but no description reference. Refer to CN235 Structural Repair Manual for detailed type and location. 4.6.3 The aircraft shall be properly masked to prevent, damage to the composite structures, deicing boots, wiring, connectors, windows, engines, landing gear & wells, flight control surfaces, their box structures and prevent water/chemical intrusion to all openings and orifices IAW AFTO 1-1-8. Best commercial practices may be acceptable. The contractor shall identify specification process in the proposal and in the detailed work statement. 4.6.4 The aircraft shall either be scuff sanded, and/or completely de-painted (metallic structures only) and repainted for the options listed in paragraph 2.3. Total coating shall not exceed 6.5 mils unless otherwise noted. 4.6.5 The contractor shall identify preparation, process and paint products applied in their performance plan. Deviations may be authorized as part of the proposal and evaluation. Deviations shall be approved by the USCG's MRS Division's Contracting Officer. 4.6.6 All records in contractor format shall be made available to the Government Inspector upon request and are considered deliverables. 4.7 SURFACE PREPARATION pre-paint 4.7.1 The aircraft shall be washed IAW AFTO 1-1-8, AFTO 1-1-691 or MPC 122000.0. Best commercial practices may be acceptable. Process shall be identified in the detailed work statement. 4.7.2 Prepare the aircraft surface IAW AFTO 1-1-8. Best commercial practices may be acceptable. The contractor shall identify specification process in the detailed work statement. 4.7.3 Apply Alodine 1200, MIL-DTL-5541 to bare metal surfaces IAW manufacturer's recommendations. Record material used and dwell time. 4.7.4 Inspect seam sealants and reapply sealants as necessary during the paint process only. Contractor shall not use hard permanent type fillers on faying joints or removable inspection panel seams and fasteners. Use Polysulfide sealants meeting MIL-PRF-81733 type II, IAW NAVAIR 01-1A-509. 4.8 PAINT APPLICATION All primers, paints and application procedures shall meet the following requirements at a minimum: 4.8.1 Paint IAW ALC Drawings 1100-11-1 & -2. 4.8.2 Primers and paints shall meet MIL-SPECS as a minimum as listed on ALC Drawing 1100-11-1. Commercial primers and paints may be applied upon approval by ALC's MRS Engineering Division. Note 1: Chrome free primer is authorized for use on the HC-144A exterior only. MIL-PRF-23377 Type 1 Class C shall be applied to all enclosed areas. Note 2: Primer and topcoat shall be a complete paint system supplied by the same manufacturer and match current USCG colors. Primers and topcoats shall meet NESHAP Volatile Organic Compound(VOC) regulations. Primer is not to exceed 2.9 lbs per mixed gallon, and topcoats shall not exceed 3.5 lbs per mixed gallon. 4.8.3 Prime bare metal structures as necessary with a primer that is qualified to or exceeds MIL-PRF-23377 at a minimum. 4.8.4 Prime composite structures as necessary per type. Reference CN235 Structural Repair Manual, and the ALC drawing 1100-11-1, HC-144A Paint and Detail. 4.8.5 Topcoats shall be qualified to or exceed MIL-PRF-85285 as a minimum unless otherwise specified on the ALC drawing 1100-11-1. All colors shall meet the FEDSTD 595 Colors listed on ALC Drawing 1100-11-1. Total paint thickness shall not exceed 6.5 mils unless otherwise noted. 4.8.6 Apply AKZO Nobel Griptex® product number 453-2-27, PM 27 Grit Walkway Coating or equal IAW the manufacturer's specifications as detailed on ALC drawing 1100-11-1, HC-144A Paint and Detail drawing. Appearance shall be uniform and not exceed 100um +/-25. 4.8.7 Record primer and topcoat product numbers, batch numbers and colors codes. Provide this information in writing to the Government Inspector. 4.8.8 Record temperature, humidity, date and time when each coating was applied. Provide this information in writing to the Government Inspector. 4.9 SPECIAL REQUIREMENTS The contractor shall address the following special requirements in their proposal: 4.9.1 28vdc and 115vac 400 Hz electrical power supply shall be on-site, as well as a hydraulic jenny capable of providing variable pressures and flow rates. Currently the HC-144A hydraulic system operates using MIL-PRF-83282. 4.9.2 Have the proper equipment to jack and weigh the HC-144A IAW MPCs 00WBR.0 Weight & Balance (WEB) Review and 080000.0 Weigh Aircraft using load cells. 4.9.3 Defuel and sump the aircraft upon delivery for strip or paint. The contractor shall identify the process used for documenting amount of fuel removed, storage of removed fuel and the procedures and methods for its reuse. The contractor shall credit the USCG for fuel removed prior to paint. Coast Guard Personnel will assist in defueling the aircraft. 4.9.4 The contractor shall perform a Weight and Balance review IAW MPC 00WBR.0 and weigh the aircraft IAW MPC 080000.0 and the CN235 Weight and Balance Manual applicable to the CG01 series aircraft. USCG personnel will assist as technical advisor in weighing the aircraft. The contractor shall coordinate the W&B evolution with the USCG Aircraft Logistic Center Examiner's and provide them with the W&B information for verification. The USCG POC's will be provided when the aircraft is delivered to the contractor. 4.9.5 Composite Structures 4.9.5.1 Composite structures are primed with different materials depending on the type of composites. Reference the CN235 SRM and LCM for type and coatings. 4.9.5.2 Scuff sand composites IAW AFTO 1-1-8 or best commercial practice. Reference the CN-235 Structural Repair Manual for composite makeup and the LCM for type of materials. 5.0 DELIVERY SCHEDULE 5.1 For the purpose of this contract the schedule published here-in is tentative and subject to change as aircraft become operational. Reference Attachment (1) Schedule & Aircraft Tail Numbers. 5.2 USCG MRS Division's Contracting Officer (KO) will update and provide estimated PDM progress dates for each aircraft at PDM induction, at three months, at thirty days and fourteen days prior to PDM completion to enable the contractor to plan and schedule paint dates and order material. 6.0 PERFORMANCE REQUIREMENTS 6.1 Contractor shall address the following when developing their performance plan. 6.1.1 Be a Federal Aviation Administration (FAA) authorized repair center with experience in applying VOC compliant, high solid paints. 6.1.2 Provide copies of certifications (FAA, ISO9000, AS 9100, OEM, etc.) 6.1.3 Have a quality system compliant with ISO-9000-2001, AS9100 or one that is acceptable to the USCG. Provide an uncontrolled copy of the Quality Manual including a mission statement. 6.1.4 Have access to or the ability to obtain OEM manuals, and Air force or Navy Technical Orders. 6.1.5 Have experience and high level of professionalism in removing and applying high solid VOC compliant chrome and non-chrome aircraft primers and high solid polyurethane gloss topcoats. 6.1.6 Supply all labor, equipment, facilities, masking materials, pre-paint solutions, primer, and topcoats. 6.1.7 Have an onsite environmentally controlled paint facility with a dedicated space to accommodate the aircraft including separate protocols for temperature, humidity, ventilation, lighting and atmospheric particle controls. 6.1.8 Have experience in performing minor aircraft maintenance as described in paragraph 7.0. 6.1.9 Have the capabilities and equipment to tow, jack, weigh, and defuel/refuel the aircraft. The USCG will only furnish a HC144 Tow Bar Part Number (P/N) CS-295-AG112. 6.1.10 Have the capabilities and equipment to jack the aircraft and perform Weight & Balance using load cells. 6.1.11 Provide a detailed written technical package describing the paint facility and the proposed processes for stripping and painting. 6.1.12 Adhere to, and conduct business in compliance with all Federal, State and Local Laws governing this type of work. 6.1.13 The contractor shall dispose of all waste materials generated IAW local and state EPA regulations. 6.1.14 Provide a timeline for the process listed in paragraph 2.3 for USCG planning purposes. 6.1.15 Prepare the aircraft's external surface for paint IAW AFTO 1-1-8 or best commercial practices. Vendor's planned treatment of aircraft skin and surface corrosion treatment to be described in their performance plan. 6.1.16 Paint and stencil the aircraft with matched high solids primers and high gloss topcoat system IAW the ALC drawing 1100-11-1 HC-144A Paint and Detail, and ALC Drawing 1100-11-2 Exterior Placards and Markings Stencils, following the paint manufacturer's recommended procedures. 6.1.17 Supply the equipment, consumables and labor to complete the post paint lubrication and maintenance requirements IAW Maintenance Procedure Card (MPC) 122001.0, Lube, Post Airframe Wash. 6.1.18 Weigh the aircraft after paint IAW MPC MPCs 00WBR.0, Weight & Balance Review and MPC 080000.0 and complete forms with the assistance of the USCG inspector. 6.1.19 Provide a Certificate of Conformance (COC) describing the work performed including a list of paint products used, manufacturer, color, manufacture dates, batch & lot numbers. This information will be used to update the Airframe Significant Component History. 6.1.20 Provide warranty information. 6.2 USCG will: 6.2.1 Deliver the aircraft for strip that is airworthy with all grounding discrepancies cleared prior to PDM. 6.2.2 Deliver aircraft for paint which has recently completed PDM in an airworthy condition with all grounding discrepancies cleared. 6.2.3 Provide a current ALC aircraft paint drawings 1100-11-1 and 1100-11-2. 6.2.4 Provide a stencil package P/N 1100-11-2. 6.2.5 Provide a copy of the aircraft weight and balance records. 6.2.6 The USCG will deliver the aircraft after PDM with the following areas inspected and painted: control surfaces and box structures, landing gear and interiors of the landing gear doors and wells, engines (cowling, propeller cap, and propellers), flight control surfaces (ailerons, elevators, rudder, flaps) and their leading edge box structures, interior and frames of crew entrance doors, escape hatches and cargo ramp, antennas & radome. 6.2.7 The USCG will provide a HC-144 Tow Bar P/N CS-295-AG112. 6.2.7.1 Provide the following MPCs: 6.2.7.2 MPC 122000.0, Aircraft Wash 6.2.7.3 MPC 122001.0, Lube Post Airframe Wash 6.2.7.4 MPC 00WBR.0, Weight & Balance Review 6.2.7.5 MPC 080000.0, Weigh Aircraft 6.2.8 Notify and provide the contractor with aircraft status and changes that impact the delivery schedule at the following calendar intervals: 6.2.8.1 At aircraft PDM induction 6.2.8.2 Three (3) months after PDM induction 6.2.8.3 Thirty (30) days prior to PDM completion 6.2.8.4 Fourteen (14) calendar days prior to aircraft delivery for paint which impacts the schedule. 6.2.8.5 The USCG will provide a military inspector from ALC's MRS Engineering Division Service Branch to: 6.2.8.5.1 Assist in weighing the aircraft, if required. 6.2.8.5.2 Perform final inspection and acceptance. Note: The Military representative is not recognized as the Contracting Officer's Representative (COR) and has no authority to deviate from the contract or make any decisions which may bind the USCG to monetary commitments. 7.0 MINOR MAINTENANCE 7.1 Minor maintenance is considered to be those tasks normally associated with the painting of an aircraft such as: removing and installing access panels as necessary to remove contamination sources which will affect paint, defueling and refueling the aircraft, performing post paint maintenance and Weight & Balance. If discrepancies other than minor maintenance are discovered the Contractor shall notify the USCG's MRS's Division Contracting Officer or COR assigned for disposition. 8.0 QUALITY ASSURANCE 8.1 The contractor shall have a quality system that is acceptable to the USCG or is compliant with ISO 9001-2000 or an FAA approved quality system. 8.2 The USCG reserves the right to perform a pre-award site visit and inspection of the contractor's and sub-contractor's site if applicable. 9.0 GOVERNMENT FURNISHED MATERIAL 9.1 HC144 Paint drawings 1100-11-1 & -2 9.2 Stencil/decal kit P/N 1100-11-2. 9.3 Copy of the aircraft's Weight and Balance Records 9.4 MPC 00WBR.0 Weight & Balance Review 9.5 MPC 080000.0 Weigh Aircraft 9.6 MPC 122000.0, Aircraft Wash 9.7 MPC 122001.0, Lube, Post Airframe Wash 9.8 HC144 Tow Bar CS-295-AG112 10.0 PAST PERFORMANCE 10.1 The contractor shall provide evidence of experience in removing and applying high solid VOC compliant primers and gloss topcoats. 10.2 The contractor shall provide Points of Contact for past performance documentation of similar experience for the past 3 years. Include references' name, company, phone number, and email address. 10.3 Past performance evaluation will be based on the contractor's customer performance rating, customer service, warranty issues and performance of the coating (e.g. appearance, gloss, adhesion, and maintainability). 11.0 DELIVERABLES 11.1 The contractor shall: 11.1.1 Provide a detailed performance plan in accordance with the requirements of this SOO, including a detailed technical proposal, delivery schedule, and firm-fixed-pricing for the options listed in paragraph 2.3 (scuff sand & paint; strip and paint). 11.1.2 Provide paint products applied including manufacturer's information batch and lot numbers, temperature, humidity and dwell times when the products were applied. 11.1.3 Provide a warranty period for paint failures resulting from workmanship or application process. 11.1.4 Provide a Certificate of Conformance describing the work completed including a list of the paint products used, color numbers, manufacture date, batch and lot numbers. This information will be used to update the Airframe Significant Component History. 11.1.5 Provide an uncontrolled copy of the quality manual with mission statement. 11.1.6 Provide certifications (FAA, ISO9000, AS9100, OEM, etc). 11.1.7 Provide past performance information including points of contact, email addresses and phone numbers. 11.1.8 Request a military inspector three (3) days in advance of completing the paint process for USCG final inspection and assistance in W & B. 11.1.9 The contractor shall weigh the aircraft IAW CGTO 1C-144A-5 Weight and Balance Manual and MPC 080000.0 after strip and final paint with the assistance of the USCG inspector. The contractor shall coordinate the W& B evolution with the USCG Aircraft Examiners Cell for completion of all weight and balance forms. The USCG Aircraft Examiners POC will be provided when the contract is issued or at each delivery order. 11.1.10 Complete and submit all MPCs identified in Paragraph 3. 2 to the Government Inspector. 12.0 INSPECTION and ACCEPTANCE 12.1 Inspection and acceptance will be accomplished at the contractor's site by USCG personnel. Technical requirements define acceptance criteria; however, appearance requirements are subjective and depend on: 12.1.1 The inspector. 12.1.2 The distance from which the paint is viewed. 12.1.3 Paint shop conditions. 12.1.4 Composite surface roughness. 12.2 Paint Quality criteria. The following characteristics of the quality paint job provided that the USCG is expecting are as follows: Note: Defects which do not pass the USCG inspection shall be corrected by the contractor. 12.2.1 Uniform, glossy coating applied IAW manufacturer's specifications and USCG drawings. Specular gloss shall be above 90 GU for gloss coatings and less then 5GU measured by the contractor (reference ISO 28130). USCG personnel will only perform a visual inspection. 12.2.2 Border lines shall be sharp, with straight, smooth edges.. 12.2.3 Color shade shall match as close as possible. It is understood that there may be differences between USCG applied coatings and vendor applied coatings as wellas coatings applied to composite materials. 12.2.4 Paint thickness is considered deliverable and shall be taken by the contractor. Thickness shall not exceed 6.5 mils unless otherwise specified for specialty coatings. Walkway coatings shall be uniform and not exceed 100 um +/- 25. 12.2.5 Slight "Orange Peel" may be acceptable when viewed from a distance of 60 inches from the aircraft. Orange peel determination is at the inspector's discretion. 12.2.6 Runs shall not exceed 25 mm (.98425 inches). 12.2.7 Inclusions shall not exceed 1.5 mm (.05906 inches), max density shall not exceed 10/dm³ with no more than 80 inclusions. 12.2.8 Micro-bubbling is not acceptable. 12.2.9 Blistering is not acceptable. 12.2.10 Crazing is not acceptable. 12.2.11 Cracking is not acceptable. 12.2.12 Overspray is not acceptable. 12.2.13 Flaking is not acceptable. 12.2.14 Peeling is not acceptable. 12.2.15 Absence of dull areas caused by under or overspray or improper paint mixtures. 12.2.16 Absence of significant overspray on other colors, seals, windows, strut pistons, flight control actuator and servo pistons. 12.2.17 Absence of untreated areas. 12.2.18 Painted over surface corrosion. 12.3 The following are not considered as paint related: 12.3.1 Surface roughness and "Orange Peel" of composite structures. The composition of composite's can produce a higher surface roughness than metallic components. Consequently, those composite areas which do not stand out from the rest of the aircraft are acceptable when inspected from a distance of 60 inches from the aircraft. 12.3.2 All required records for accuracy and completeness. 13.0 MEETINGS Meetings will be scheduled as required at no additional cost to the government. 14.0 TRAVEL 14.1 Contractor personnel may travel to ALC for meetings or aircraft evaluation at the contractor's expense. It is not anticipated that contractor visits will be necessary. 14.2 USCG personnel may travel to contractor's facility at the government's expense. 15.0 USCG's TECHNICAL POC POCs will be the USCG Contracting Officer or COR assigned at award. ADDRESS FOR CORRESPONDENCE All correspondence, except as otherwise specified, shall be directed to the following address: Contracting Officer USCG, Aviation Logistics Center Medium Range Surveillance (MRS) Contracting Section Elizabeth City, NC 27909-5001 Contract No. ___________________________ (Assigned at time of award) Delivery Order No.______________________ (Assigned upon issuance) INVOICING INSTRUCTIONS The original Contractor's invoice shall be submitted to the designated billing office for payment as follows. The preferred method of submission is by electronic means. Email invoices to ALC-fiscal@uscg.mil or by U. S. mail to: Chief, Fiscal Branch USCG, Aviation Logistics Division Building 63 Elizabeth City, NC 27909-5001 Contract No. _____________________________ (Assigned at time of award) Delivery Order No.______________________ (Assigned upon issuance) Either method must reference the contract number and delivery order number. INSPECTION AND ACCEPTANCE Inspection and acceptance shall be performed by USCG personnel. The contractor shall provide a Certificate of Conformance (COC). PERIOD OF PERFORMANCE The period of performance shall consist of one base year to begin at time of award and four option years renewable at the discretion of the government. The total duration of the contract shall not exceed five years. ESTIMATED QUANTITIES Failure of the Government to furnish any of the line items in the amounts or quantities described as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price. GROUND AND FLIGHT RISK CLAUSE I. (a)Definitions. (1)Aircraft, unless otherwise provided in the contract Schedule, means- (i) Aircraft to be delivered to the Government under this contract (either before or after Government acceptance), including complete aircraft and aircraft in the process of being manufactured, disassembled, or reassembled; provided that an engine, portion of a wing, or a wing is attached to a fuselage of the aircraft; (ii) Aircraft, whether in a state of disassembly or reassembly, furnished by the Government to the Contractor under this contract, including all Government property installed, in the process of installation, or temporarily removed; provided that the aircraft and property are not covered by a separate bailment agreement; (iii) Aircraft furnished by the Contractor under this contract (either before or after Government acceptance); or (iv) Conventional winged aircraft, as well as helicopters, vertical take-off or landing aircraft, lighter-than-air airships, unmanned aerial vehicles, or other nonconventional aircraft specified in this contract. (2)Contractor's managerial personnel means the Contractor's directors, officers, and any of the Contractor's managers, superintendents, or other equivalent representatives who have supervision or direction of- (i) All or substantially all of the Contractor's business; (ii) All or substantially all of the Contractor's operation at any one plant or separate location; or (iii) A separate and complete major industrial operation. (3)Contractor's premises means those premises, including subcontractors' premises, designated in the Schedule or in writing by the Contracting Officer, and any other place the aircraft is moved for safeguarding. (4)Flight means any flight demonstration, flight test, taxi test, or other flight made in the performance of this contract, or for the purpose of safeguarding the aircraft, or previously approved in writing by the Contracting Officer. (i) For land-based aircraft, "flight" begins with the taxi roll from a flight line on the Contractor's premises and continues until the aircraft has completed the taxi roll in returning to a flight line on the Contractor's premises. (ii) For seaplanes, "flight" begins with the launching from a ramp on the Contractor's premises and continues until the aircraft has completed its landing run and is beached at a ramp on the Contractor's premises. (iii) For helicopters, "flight" begins upon engagement of the rotors for the purpose of take-off from the Contractor's premises and continues until the aircraft has returned to the ground on the Contractor's premises and the rotors are disengaged. (iv) For vertical take-off or landing aircraft, "flight" begins upon disengagement from any launching platform or device on the Contractor's premises and continues until the aircraft has been engaged to any launching platform or device on the Contractor's premises. (v) All aircraft off the Contractor's premises shall be considered to be in flight when on the ground or water for reasonable periods of time following emergency landings, landings made in performance of this contract, or landings approved in writing by the Contracting Officer. (5)Flight crew member means the pilot, the co-pilot, and, unless otherwise provided in the Schedule, the flight engineer, navigator, and bombardier-navigator when assigned to their respective crew positions for the purpose of conducting any flight on behalf of the Contractor. It also includes any pilot or operator of an unmanned aerial vehicle. If required, a defense systems operator may also be assigned as a flight crew member. (6)In the open means located wholly outside of buildings on the Contractor's premises or other places described in the Schedule as being "in the open." Government-furnished aircraft shall be considered to be located "in the open" at all times while in the Contractor's possession, care, custody, or control. (7)Operation means operations and tests of the aircraft and its installed equipment, accessories, and power plants, while the aircraft is in the open or in motion. The term does not apply to aircraft on any production line or in flight. (b)Combined regulation/instruction. The Contractor shall be bound by the operating procedures contained in the combined regulation/instruction entitled "Contractor's Flight and Ground Operations" (Air Force Instruction 10-220, Army Regulation 95-20, NAVAIR Instruction 3710.1 (Series), Coast Guard Instruction M13020.3, and Defense Contract Management Agency Instruction 8210.1) in effect on the date of contract award. (c)Government as self-insurer. Subject to the conditions in paragraph (d) of this clause, the Government self-insures and assumes the risk of damage to, or loss or destruction of aircraft "in the open," during "operation," and in "flight," except as may be specifically provided in the Schedule as an exception to this clause. The Contractor shall not be liable to the Government for such damage, loss, or destruction beyond the Contractor's share of loss amount under the Government's self-insurance. (d)Conditions for Government's self-insurance. The Government's assumption of risk for aircraft in the open shall continue unless the Contracting Officer finds that the Contractor has failed to comply with paragraph (b) of this clause, or that the aircraft is in the open under unreasonable conditions, and the Contractor fails to take prompt corrective action. (1) The Contracting Officer, when finding that the Contractor has failed to comply with paragraph (b) of this clause or that the aircraft is in the open under unreasonable conditions, shall notify the Contractor in writing and shall require the Contractor to make corrections within a reasonable time. (2) Upon receipt of the notice, the Contractor shall promptly correct the cited conditions, regardless of whether there is agreement that the conditions are unreasonable. (i) If the Contracting Officer later determines that the cited conditions were not unreasonable, an equitable adjustment shall be made in the contract price for any additional costs incurred in correcting the conditions. (ii) Any dispute as to the unreasonableness of the conditions or the equitable adjustment shall be considered a dispute under the Disputes clause of this contract. (3) If the Contracting Officer finds that the Contractor failed to act promptly to correct the cited conditions or failed to correct the conditions within a reasonable time, the Contracting Officer may terminate the Government's assumption of risk for any aircraft in the open under the cited conditions. The termination will be effective at 12:01 a.m. on the fifteenth day following the day the written notice is received by the Contractor. (i) If the Contracting Officer later determines that the Contractor acted promptly to correct the cited conditions or that the time taken by the Contractor was not unreasonable, an equitable adjustment shall be made in the contract price for any additional costs incurred as a result of termination of the Government's assumption of risk. (ii) Any dispute as to the timeliness of the Contractor's action or the equitable adjustment shall be considered a dispute under the Disputes clause of this contract. (4) If the Government terminates its assumption of risk pursuant to the terms of this clause- (i) The Contractor shall thereafter assume the entire risk for damage, loss, or destruction of the affected aircraft; (ii) Any costs incurred by the Contractor (including the costs of the Contractor's self-insurance, insurance premiums paid to insure the Contractor's assumption of risk, deductibles associated with such purchased insurance, etc.) to mitigate its assumption of risk are unallowable costs; and (iii) The liability provisions of the Government Property clause of this contract are not applicable to the affected aircraft. (5) The Contractor shall promptly notify the Contracting Officer when unreasonable conditions have been corrected. (i) If, upon receipt of the Contractor's notice of the correction of the unreasonable conditions, the Government elects to again assume the risk of loss and relieve the Contractor of its liability for damage, loss, or destruction of the aircraft, the Contracting Officer will notify the Contractor of the Contracting Officer's decision to resume the Government's risk of loss. The Contractor shall be entitled to an equitable adjustment in the contract price for any insurance costs extending from the end of the third working day after the Government's receipt of the Contractor's notice of correction until the Contractor is notified that the Government will resume the risk of loss. (ii) If the Government does not again assume the risk of loss and the unreasonable conditions have been corrected, the Contractor shall be entitled to an equitable adjustment for insurance costs, if any, extending after the third working day after the Government's receipt of the Contractor's notice of correction. (6) The Government's termination of its assumption of risk of loss does not relieve the Contractor of its obligation to comply with all other provisions of this clause, including the combined regulation/instruction entitled "Contractor's Flight and Ground Operations." (e)Exclusions from the Government's assumption of risk. The Government's assumption of risk shall not extend to damage, loss, or destruction of aircraft which- (1) Results from failure of the Contractor, due to willful misconduct or lack of good faith of any of the Contractor's managerial personnel, to maintain and administer a program for the protection and preservation of aircraft in the open and during operation in accordance with sound industrial practice, including oversight of a subcontractor's program; (2) Is sustained during flight if either the flight or the flight crew members have not been approved in advance of any flight in writing by the Government Flight Representative, who has been authorized in accordance with the combined regulation/instruction entitled "Contractor's Flight and Ground Operations"; (3) Occurs in the course of transportation by rail, or by conveyance on public streets, highways, or waterways, except for Government-furnished property; (4) Is covered by insurance; (5) Consists of wear and tear; deterioration (including rust and corrosion); freezing; or mechanical, structural, or electrical breakdown or failure, unless these are the result of other loss, damage or destruction covered by this clause. (This exclusion does not apply to Government-furnished property if damage consists of reasonable wear and tear or deterioration, or results from inherent vice, e.g., a known condition or design defect in the property); or (6) Is sustained while the aircraft is being worked on and is a direct result of the work unless such damage, loss, or destruction would be covered by insurance which would have been maintained by the Contractor, but for the Government's assumption of risk. (f)Contractor's share of loss and Contractor's deductible under the Government's self-insurance. (1) The Contractor assumes the risk of loss and shall be responsible for the Contractor's share of loss under the Government's self-insurance. That share is the lesser of- (i) The first $100,000 of loss or damage to aircraft in the open, during operation, or in flight resulting from each separate event, except for reasonable wear and tear and to the extent the loss or damage is caused by negligence of Government personnel; or (ii) Twenty percent of the price or estimated cost of this contract. (2) If the Government elects to require that the aircraft be replaced or restored by the Contractor to its condition immediately prior to the damage, the equitable adjustment in the price authorized by paragraph (j) of this clause shall not include the dollar amount of the risk assumed by the Contractor. (3) In the event the Government does not elect repair or replacement, the Contractor agrees to credit the contract price or pay the Government, as directed by the Contracting Officer, the lesser of- (i) $100,000; (ii) Twenty percent of the price or estimated cost of this contract; or (iii) The amount of the loss. (4) For task order and delivery order contracts, the Contractor's share of the loss shall be the lesser of $100,000 or twenty percent of the combined total price or total estimated cost of those orders issued to date to which the clause applies. (5) The costs incurred by the Contractor for its share of the loss and for insuring against that loss are unallowable costs, including but not limited to- (i) The Contractor's share of loss under the Government's self-insurance; (ii) The costs of the Contractor's self-insurance; (iii) The deductible for any Contractor-purchased insurance; (iv) Insurance premiums paid for Contractor-purchased insurance; and (v) Costs associated with determining, litigating, and defending against the Contractor's liability. (g)Subcontractor possession or control. The Contractor shall not be relieved from liability for damage, loss, or destruction of aircraft while such aircraft is in the possession or control of its subcontractors, except to the extent that the subcontract, with the written approval of the Contracting Officer, provides for relief from each liability. In the absence of approval, the subcontract shall contain provisions requiring the return of aircraft in as good condition as when received, except for reasonable wear and tear or for the utilization of the property in accordance with the provisions of this contract. (h)Contractor's exclusion of insurance costs. The Contractor warrants that the contract price does not and will not include, except as may be authorized in this clause, any charge or contingency reserve for insurance covering damage, loss, or destruction of aircraft while in the open, during operation, or in flight when the risk has been assumed by the Government, including the Contractor share of loss in this clause, even if the assumption may be terminated for aircraft in the open. (i)Procedures in the event of loss. (1) In the event of damage, loss, or destruction of aircraft in the open, during operation, or in flight, the Contractor shall take all reasonable steps to protect the aircraft from further damage, to separate damaged and undamaged aircraft, and to put all aircraft in the best possible order. Except in cases covered by paragraph (f)(2) of this clause, the Contractor shall furnish to the Contracting Officer a statement of- (i) The damaged, lost, or destroyed aircraft; (ii) The time and origin of the damage, loss, or destruction; (iii) All known interests in commingled property of which aircraft are a part; and (iv) The insurance, if any, covering the interest in commingled property. (2) The Contracting Officer will make an equitable adjustment for expenditures made by the Contractor in performing the obligations under this paragraph. (j)Loss prior to delivery. (1) If prior to delivery and acceptance by the Government, aircraft is damaged, lost, or destroyed and the Government assumed the risk, the Government shall either- (i) Require that the aircraft be replaced or restored by the Contractor to the condition immediately prior to the damage, in which event the Contracting Officer will make an equitable adjustment in the contract price and the time for contract performance; or (ii) Terminate this contract with respect to the aircraft. Notwithstanding the provisions in any other termination clause under this contract, in the event of termination, the Contractor shall be paid the contract price for the aircraft (or, if applicable, any work to be performed on the aircraft) less any amount the Contracting Officer determines- (A) It would have cost the Contractor to complete the aircraft (or any work to be performed on the aircraft) together with anticipated profit on uncompleted work; and (B) Would be the value of the damaged aircraft or any salvage retained by the Contractor. (2) The Contracting Officer shall prescribe the manner of disposition of the damaged, lost, or destroyed aircraft, or any parts of the aircraft. If any additional costs of such disposition are incurred by the Contractor, a further equitable adjustment will be made in the amount due the Contractor. Failure of the parties to agree upon termination costs or an equitable adjustment with respect to any aircraft shall be considered a dispute under the Disputes clause of this contract. (k)Reimbursement from a third party. In the event the Contractor is reimbursed or compensated by a third party for damage, loss, or destruction of aircraft and has also been compensated by the Government, the Contractor shall equitably reimburse the Government. The Contractor shall do nothing to prejudice the Government's right to recover against third parties for damage, loss, or destruction. Upon the request of the Contracting Officer or authorized representative, the Contractor shall at Government expense furnish to the Government all reasonable assistance and cooperation (including the prosecution of suit and the execution of instruments of assignment or subrogation) in obtaining recovery. (l)Government acceptance of liability. To the extent the Government has accepted such liability under other provisions of this contract, the Contractor shall not be reimbursed for liability to third persons for loss or damage to property or for death or bodily injury caused by aircraft during flight unless the flight crew members previously have been approved for this flight in writing by the Government Flight Representative, who has been authorized in accordance with the combined regulation entitled "Contractor's Flight and Ground Operations". (m)Subcontracts. The Contractor shall incorporate the requirements of this clause, including this paragraph (m), in all subcontracts. The following Federal Acquisition Regulations (FAR) and Homeland Security Acquisition Regulation (HSAR) Provisions and Clauses Apply: 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-2 Evaluation - Commercial Items (Jan 1999) Evaluation Factors: The Coast Guard intends to award one contract to the Contractor whose proposal is identified as offering the best value solution. The best value for the Coast Guard may merit a higher price based on technical superiority. Using sound business judgment, the government will base the selection decision on an integrated assessment of the proposal's relative capability as measured against the below evaluation factors: Factor 1 - Technical Factor 2 - Past Performance Factor 3 - Price The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made utilizing the factors listed below, in descending order of importance. The Coast Guard intends to award one contract to the Contractor whose proposal is identified as offering the best value solution. Factor 1 - Technical Contractor's submitted detailed work package and performance plan. Contractor demonstrating possession of or ability to obtain (via an official agreement) the required OEM manuals, AFTOs, and NAVAIRs. Contractor facility Quality System Aircraft painting experience and application of high solids, VOC compliant paints. Aircraft maintenance experience. As described in paragraph 7.0 of the solicitation. Process for de-fueling the aircraft and crediting the USCG for fuel removed. Factor 2 - Past Performance The contractor shall provide evidence of experience in removing and applying high solid VOC compliant primers and gloss topcoats. The contractor shall provide Points of Contact past performance documentation of similar experience for the past 3 years. Include references' name, company, phone number, and email address. Past performance evaluation will be based on the contractor's customer performance rating, customer service, warranty issues and performance of the coating (e.g. appearance, gloss, adhesion, and maintainability). Contractor's customer ratings, including quality ratings, customer service, warranty, recommendation for future service and performance of coating during the aircraft's operational period (e.g. gloss, adhesion, and paint defects). Factor 3 - Price The Coast Guard may determine the best value which merits a higher price based on technical superiority. The Coast Guard, using sound business judgment, will base the selection decision on an integrated assessment of the proposal's relative capability as measured against the evaluation factors. Factors 1 and 2 are equal and each is significantly more important than Factor 3. While the Price is an important part of the integrated selection decision, the non-Price Factors are significantly more important than the Price factor. Price will become increasingly important as proposal evaluation ratings for technical factors approach equal. 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at https://www.acquisition.gov/far/index.html. 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract 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 this/these address(es) https://www.acquisition.gov/far/index.html. 52.212-3 Offeror Representations and Certifications-Commercial Items. (APR 2012) Alternate I (Apr 2011). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA web site, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-4 Contract Terms and Conditions-Commercial Items. (FEB 2012) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) DO-A1 Rated 52.209-7 Information Regarding Responsibility Matters (Feb 2012) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.216-18 Ordering (OCT 1995) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from any time during the effective term of the contract through the effective period of any option(s) exercised. All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the schedule. (End of Clause) 52.216-19 Order Limitations (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 each, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor - (1) Any order for a single item in excess of the total estimated contract line item quantity; (2) Any order for a combination of items in excess of the combined estimated contract quantity; (3) A series of orders from the same ordering office within 15 calendar days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 15 calendar days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-21 Requirements (OCT 1995) Alt I (APR 1984) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after "30 December 2018". (End of clause) Alternate I (Apr 1984). If the requirements contract is for nonpersonal services and related supplies and covers estimated requirements that exceed a specific Government activity's internal capability to produce or perform, substitute the following paragraph (c) for paragraph (c) of the basic clause: (c) The estimated quantities are not the total requirements of the Government activity specified in the Schedule, but are estimates of requirements in excess of the quantities that the activity may itself furnish within its own capabilities. Except as this contract otherwise provides, the Government shall order from the Contractor all of that activity's requirements for supplies and services specified in the Schedule that exceed the quantities that the activity may furnish within its own capabilities. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 calendar days. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within the 30 day period prior to contract or option period expiration provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond September 2012. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 2012, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.243-7 Notification of Changes (APR 1984) para (b) - 10 days para (c) - 10 days 52.217-5 Evaluation of Options (JUL 1990) 52.222-49 Service Contract Act-Place of Performance Unknown (May 1989) (a) This contract is subject to the Service Contract Act, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: St. Louis. MO, Spokane WA, Greenville, TX. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by 21 May 2012. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (End of clause) 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification (Nov 2007) (a) The offeror shall check the following certification: Certification The offeror ___ does ____ does not certify that (1) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (2) The contract services are furnished at prices that are, or are based on, established catalog or market prices. An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. An "established market price" is a current price, established in the usual course of ordinary and usual trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; (3) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (4) The offeror uses the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the offeror uses for these employees and for equivalent employees servicing commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(d)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at FAR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, in this solicitation will not be included in any resultant contract awarded to this offer, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause of this solicitation at 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, will not be included in any resultant contract to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. 52.242-13 Bankruptcy (JUL 1995) 52.245-1 Government Property (APR 2012) 52.245-9 Use and Charges (APR 2012) 52.246-4 Inspection of Services - Fixed Price (AUG 1996) 52.246-11 Higher-Level Contract Quality Requirement (FEB 1999) The contractor shall provide and maintain a quality system equal to ISO 9001-2000 or have a quality system acceptable to the Government. The contractor shall state the quality system to be used in performance of this contract. 52.246-15 Certificate of Conformance (APR 1984) 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Cost or Pricing Data (OCT 2010) Alternate IV (OCT 2010) (a) Submission of Cost or Pricing data is not required (b) Provide information on the prices at which same or similar services have been performed in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. HSAR 3052.219-70 Small Business Subcontracting Program Reporting (JUN 2006) HSAR 3052.219-71 DHS Mentor-Protégé Program (JUN 2006) HSAR 3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor-Protégé Program (JUN 2006) HSAR 3052.245-70 Government Property Reports (JUN 2006) (a) The Contractor shall prepare an annual report of Government property in its possession and the possession of its subcontractors. (b) The report shall be submitted to the Contracting Officer not later than September 15 of each calendar year on Form DHS Form 0700-05, Contractor Report of Government Property (End of Clause) HSAR Clause 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 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: [Contracting Officer check as appropriate.] X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 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)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). X (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). X (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (FEB 2012) (41 U.S.C. 2313). __ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (11) [Reserved] __ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. X (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). X (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. X (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). X (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). X (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). X (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). X (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). X (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). X (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). X (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. X (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). X (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Mar 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, and Pub. L. 112-41). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Mar 2012) of 52.225-3. __ (41) 52.225-5, Trade Agreements (MAR 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (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). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (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). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: [Contracting Officer check as appropriate.] X (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The following information is provided and identifies the clauses of service employees to be employed under the contract and states wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement Is For Information Only. It Is Not A Wage Determination. Employee Class: (1) Supervisor (WS-9 Aircraft Painter), (1) Work Leader (WL-9 Aircraft Painter), (4-6) Painters (WG-9 Aircraft Painters) for taping (3-4 days) and to paint (10 days). Fringe Benefits Required: Health & Welfare, as outlined in individual wage determinations per location of performance. Vacation, as outline in individual wage determination per location of performance. - (Req. 29 CFR 4.173) Holidays: - A minimum of ten paid holidays per year. Wage Determination Numbers 2005-2309, Rev. No. 11 dated 6/13/11, 2005-2565, Rev. No. 11 dated 6/13/11, 2005-2509, Rev. No. 12 dated 6/13/11 are applicable to this solicitation and the appropriate wage determination relating to the contract location of contract awardee. As a result of this solicitation and are available upon request by the agency or by download from the Department of Labor web site. X (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). X (6) 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.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (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) Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause." Alternate II (Dec 2010). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows: (d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 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)). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (C) 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. (D) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (E) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (F) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (G) 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. (H) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (I) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (J) 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.). (K) 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.). (L) 52.222-54, Employment Eligibility Verification (Jan 2009). (M) 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. (N) 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. (End of clause) Closing date and time for receipt of proposals is 24 May 2012, 4:00 pm, Local Time. Electronic submissions may be sent to Tonya.W.Bush@uscg.mil. Mailed proposals may be submitted to Tonya Bush, MRS Product Line, Contract Section, Elizabeth City, NC 27909-5001. Payment terms are to be specified and any discount offered for prompt payment, the business size standard and any minority classification. All offerors shall have a valid Vendor Cage Code, Dun & Bradstreet Number (DUNS) or the ability to get one, and MUST be actively registered in the Central Contractor Registration (CCR) throughout the award of the contract. COCO Alert 08-33 Attachment 1, Notice for Filing Agency Protests, is included with this solicitation. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-R-010002/listing.html)
 
Record
SN02739421-W 20120506/120504234931-fd8b2e4cfc53dd94c6cf4e38b317ff6f (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.