Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
SOLICITATION NOTICE

16 -- Test, Teardown, Evaluate/Repair MMR Transmitters

Notice Date
2/4/2013
 
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
HSCG38-13-Q-300016
 
Point of Contact
Deborah J. Glass, Phone: 252-384-7184, Claudette Y Surrento, Phone: 252-335-6219
 
E-Mail Address
deborah.j.glass@uscg.mil, Claudette.Y.Surrento@uscg.mil
(deborah.j.glass@uscg.mil, Claudette.Y.Surrento@uscg.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement will be satisfied using commercial acquisition procedures specified in FAR Part 12, in conjunction with FAR Part 13. Solicitation number HSCG38-13-Q-300016 is assigned to this procurement for tracking purposes only and is issued as a Request for Quotation (RFQ). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-65. This is an unrestricted solicitation. All responsible sources may submit a quotation which shall be considered by the agency. The North American Industry Classification System Code is 336413 and the small business size standard is 1,000 employees. DESCRIPTION OF THE REQUIREMENT: Test, Teardown, Evaluate and Repair MMR Transmitters, part number 1021J200-001 in accordance with (IAW) the original equipment manufacturer (OEM) repair manual referenced in the statement of work (SOW) included with this solicitation: Line Item 1: Test, Teardown, and Evaluation (TT&E) Multi Mode Radar (MMR) Transmitter P/N: 1021J200-001 NSN: 5999-01-HS2-0750 Qty: 2 Each Line Item 2: Repair – Multi Mode Radar (MMR) Transmitter P/N: 1021J200-001 NSN: 5999-01-HS2-0750 Qty: 2 Each REQUIREMENT: The contractor shall provide a firm fixed price quote to include all parts, labor, tooling, test equipment and facilities necessary to test, teardown, evaluate and repair the Multi Mode Radar (MMR) Transmitter as stated within the requirements of this solicitation. This work shall include repair and overhaul of all related components and include replacement of missing or broken parts and the removal of any foreign matter or corrosion. Broken parts are to be expected when items are in F condition (See SOW). Contractors can also expect some consumable parts missing, normally hardware. Missing consumable parts are NOT considered cannibalized. Entire assemblies/repairable components should not be missing and if they are see paragraph 4.0 of SOW for instruction. Serviceable and Replacement Parts: Parts of a component found to be in a serviceable condition as a result of inspection and functional testing shall be re-used. Missing parts or parts found to be defective shall be replaced with new parts that meet or exceed the OEM Manual. Only new replacement parts with traceability to the Original Equipment Manufacturer (OEM) are acceptable for this requirement. Delivery: Required delivery is one hundred twenty days (120) days after receipt of material (ARM). Partial deliveries and earlier deliveries are acceptable at no additional cost to the Government. The actual delivery date will be established upon issuance of the resulting Purchase Order. Shipping: All components shall be delivered to: USCG Aviation Logistics Center Receiving Section Bldg 63 1664 Weeksville Rd. Elizabeth City, NC 27909 The following FAR provisions and clauses are incorporated: FAR 52.212-1Instructions to Offerors - Commercial Items (Feb 2012) tailored in accordance with FAR 13.302(a) The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities of CCR/FedReg, ORCA, and EPLS. Contractors must be registered in SAM.gov. Firm Fixed Price Quotations shall reference the solicitation number: HSCG38-13-Q-300016, indicate the nomenclature, national stock numbers (NSN), part numbers (P/N), unit pricing, any payment, delivery and shipping terms, and shall be in the English language and in U.S. Dollars. Quotes shall also include Offeror’s Cage Code, copy of OEM Certification and any payment discounts, which will be used for the payment of invoices. Payment discounts are not evaluated as part of the price evaluation. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012) FAR 52.211-14Notice of Priority Rating for National Defense Use, Emergency Preparedness, and Energy Use Program (Apr 2008); DO-N5 Rated Order   FAR 52.212-2Evaluation - Commercial Items (Jan 1999) The provision at FAR 52.212-2 Evaluation of Commercial Items is NOT applicable to this solicitation. In lieu of this provision the following evaluation procedures shall be used: Quotes will be evaluated in accordance with FAR Part 13.106-2 Evaluation of Quotations or Offers. Past Performance: Past performance will be evaluated for the quality of the contractor’s performance, timeliness of delivery and customer satisfaction so that performance risk can be assessed. The Government reserves the right to use past performance information obtained from other sources such as Contractor Performance Assessment Reporting System (CPARS) and Government personnel who have experience with the offerors performance. Price: Quotes shall be in the English Language, in US Dollars and be firm fixed price. Quotes shall also include applicable payment terms and payment discounts which will be used only for payment of invoice purposes. Payment discounts are not evaluated as part of the price evaluation. F.o.b. Destination quotes are preferred; however, an F.o.b. Origin, Freight Prepaid quote will be acceptable provided the quotation includes an estimate of shipping costs, size dimensions, and weight, which will be added to the quoted price for evaluation purposes to arrive at the total cost to the Government. FAR 52.212-3Offeror Representations and Certifications-Commercial Items (Nov 2012) X Alternate I of 52.212-3 (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 website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4Contract Terms and Conditions-Commercial Items (Feb 2012) Addendum: FAR 52.212-4Contract Terms and Conditions-Commercial Items (Feb 2012) FAR 52.252-2Clauses 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 a clause may be accessed electronically at this address: https://www.acquisition.gov. FAR 52.222-49Service Contract Act – Place of Performance Unknown (May 1989) FAR 52.246-4Inspection of Services – Fixed-Price (Aug 1996) FAR 52.246-15Certificate of Conformance (Apr 1984) Packaging Instructions: 1.Packaging requirements are best commercial procedures in compliance with ASTM D 3951-98 (2004) and CFR 49 with exceptions as stated herein. 2.The Coast Guard Aviation Logistics Center is a supply depot; therefore material will be stored and transshipped to various users. The container shall be packed and labeled suitable for shipment via land, air or sea. 3.Packaging material shall NOT consist of the popcorn, shredded paper, Styrofoam of any type or peanut packaging. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. 4.OEM Traceability documentation and Airworthiness Certificates required by this Purchase Order must be included with the item in its shipment container. 5.Each individual container shall be labeled on the outside and each individual part/component shall be labeled on the inside with *National Stock Number, *Part Number, *Serial Number, Quantity, Nomenclature (name of item), Line Item Number, and Purchase Order Number. The Material Inspection and Receiving Report (i.e. Commercial Packing Slip, DD250, etc.) and Certificates of Conformance (COC) shall be placed on the outside on individual containers. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jan. 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 0Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (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.] 0 (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). 0 (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)). 0 (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.) 0 (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug. 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 0 (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5). 0 (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). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). 0 (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matter (JAN 2012)(41 U.S.C. 2313). 0 (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, and section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub L. 110-161). 0 (9) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). 0 (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). 0 (11) [Reserved] 0 (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 0 (ii) Alternate I (Nov 2011) of 52.219-6. 0 (iii) Alternate II (Nov 2011) of 52.219-6. 0 (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). 0 (ii) Alternate I (Oct 1995) of 52.219-7. 0 (iii) Alternate II (Mar 2004) of 52.219-7. 0 (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 0 (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). 0 (ii) Alternate I (Oct 2001) of 52.219-9. 0 (iii) Alternate II (Oct 2001) of 52.219-9. 0 (iv) Alternate III (Jul 2010) of 52.219-9. 0 (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). 0 (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 0 (18) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 0 (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). 0 (ii) Alternate I (June 2003) of 52.219-23. 0 (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). 0 (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). 0 (22) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). 0 (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 0 (24) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). 0 (25) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Nov 2011). 0 (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 0 (27) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 0 (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 0 (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 0 (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 0 (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 0 (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 0 (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 0 (34) 52.222-54, Employment Eligibility Verification (JULY 2012). (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.) 0 (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.) 0 (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.) 0 (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). 0 (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). 0 (ii) Alternate I (DEC 2007) of 52.223-16. 0 (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 0 (39) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). 0 (40)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Nov. 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, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42 ). 0 (ii) Alternate I (Mar 2012) of 52.225-3. 0 (iii) Alternate II (Mar 2012) of 52.225-3. 0 (iv) Alternate III (Nov. 2012) of 52.225-3. 0 (41) 52.225-5, Trade Agreements (Nov. 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 0 (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). 0 (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). 0 (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). 0 (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)). 0 (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 0 (47) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 0 (48) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 0 (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). 0 (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 0 (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). 0 (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: 0 (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.). 0 (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.). 0 (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.). 0 (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.). 0 (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). 0 (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)). 0Alternate 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 (JULY 2012). (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 (July 2012). (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. 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of Clause) The closing date and time for receipt of quotations is: 08 February 2013 at 3:00 pm. EST. Point of Contract: Deborah Glass, telephone responses will NOT be accepted. Quotes shall be sent to: deborah.j.glass@uscg.mil Please indicate HSCG38-13-Q-300016 in the subject line of email. Secondary point of contact is Claudette Y. Surrento, Contracting Officer. Claudette.Y.Surrento@uscg.mil STATEMENT OF WORK 1.0 Scope. The U.S. Coast Guard (USCG) requires repair of the Transmitter’s listed in the Schedule of Supplies/Services. The contractor shall be either an FAA approved overhaul facility, OEM Certified facility or Air Force Certified facility. On the proposed Purchase Order it will contain a “ceiling price” that shall not be exceeded without written authorization from the Government via a Modification to the Purchase Order. If the Contractor cannot perform the repair and overhaul work within the established monetary limitations, the Contractor shall Stop Performance and immediately notify the Contracting Officer with a firm fixed price quote. Quotes must include labor hours/rates, and all pricing for over and above parts. Repair work shall be performed in accordance with the Original Equipment Manufacturer (OEM) repair manuals, latest revision for the following components: Items 1 – 1 ea, Multi Mode Radar (MMR) Transmitter (TX) P/N 1021J200-001; NSN: 5999-01-HS2-0750, Ser No E002 OEM Repair Manual, latest revision Items 2– 1 ea, Multi Mode Radar (MMR) Transmitter (TX) P/N 1021J200-001; NSN: 5999-01-HS2-0750, Ser No E004 OEM Repair Manual, latest revision The USCG does not maintain nor release the OEM repair manuals. The contractor must have access to the OEM repair manual and be able to obtain current editions. The USCG will ship the components to the contractor’s facility to be repaired at the Firm Fixed Prices established in the Schedule of Supplies/Services. 2.0 Requirement. The contractor shall provide all parts, labor, tooling, test equipment and facilities necessary to repair the TX’s listed in the Schedule of Supplies/Services at the firm-fixed price established in the Purchase Order for each Line Item. The contractor shall perform a visual and technical inspection in accordance with the OEM Manual and correct all additional deficiencies found. This work shall include repair of all related components and include replacement of missing or broken parts and the removal of any foreign matter or corrosion. 2.1 Corrosion. USCG aircraft operate primarily around salt water, at low altitude, and are subject to corrosion. Therefore, corrosion should be expected and should be factored in the firm-fixed repair price. Should corrosion be found during initial inspection and functional testing, disassembly shall be made to the extent necessary to remove all corrosion or replace the part(s) affected. Corroded parts shall be replaced, except in those cases where removal of corrosion from parts will not impair efficiency or safe operation. Corrosion removal and treatment of affected areas shall be accomplished in accordance with the OEM manual or best commercial practices if not addressed by the OEM manual. 3.0 Serviceable and Replacement Parts. Parts of a component found to be in a serviceable condition as a result of inspection and functional testing shall be re-used. Missing parts or parts found to be defective shall be replaced with new parts that meet or exceed the OEM specifications. Only new replacement parts with traceability to the Original Equipment Manufacturer (OEM) are acceptable for this requirement. 4.0 Unusual Damage and Cannibalization. The firm fixed repair price established in the Schedule of Supplies/Services does not include components that have been severely damaged due to abuse, misuse, mishandling, crash damage, cannibalization of repairable components/assemblies or acts of God. Those components may be determined unusually damaged. The USCG will not authorize requests for over and above price requests for additional parts or labor when the above criteria are not met to the satisfaction of the USCG. When a component is processed for Unusual Damage Evaluation the contractor shall, within fifteen (15) working days of receipt of the equipment, submit to the Contracting Officer a written inspection condition report and a fixed price overhaul quote covering all parts and repairs needed to return the equipment to serviceable condition that meets all applicable OEM specifications. The quote shall include a listing of the replacement parts and/or material required, the cost of each required replacement part, the number of labor hours and hourly labor rates, and the time needed to perform the repair and overhaul and return the equipment to serviceable Ready-For-Issue (RFI) condition. The Contractor’s delivery obligation shall stop from the date of notification that an item has been determined to be a candidate for Unusual Damage Evaluation. Upon mutual agreement as to price and delivery, a modification to the Purchase Order will be issued to authorize overhaul work at the agreed upon terms or, if overhaul work is not desired by the Government, disposition instructions for the un-overhauled equipment. 5.0 Flight Critical Equipment and Airworthiness Certification. Not Applicable. The TX’s are not classified as Flight Critical 6.0 Serial Number Tracked Equipment. TX’s are Serial Number Tracked in the Coast Guard Asset Computerized Maintenance System (ACMS) which is the information system used by the Coast Guard to schedule and record Aircraft Maintenance. All components will have a Significant Component History Report (SCHR) and a Component Repair Record (CRR). 6.1 Significant Component History Report (SCHR). No SCHR action is required by the contract except to ensure the SCHR remains with the component. 6.2 Component Repair Record (CRR). The contractor must complete this record to document the maintenance performed on the component including any Test and Inspection with No Fault Found results. The contractor shall 1) include the original CRR with the overhauled component,, 2) Mail one (1) completed copy within five (5) working days of acceptance by the Government to: USCG ALC, ACMS Bldg 78, 1664 Weeksville Rd., Elizabeth City, NC 27909-5007, 3) attach a copy of the completed CRR with the contractors Invoice. The Contractor shall maintain a copy of each completed CRR for a period ninety (90) days. 7. 0 Contractor Verification of Components. Upon receipt of components the contractor shall verify part numbers and serial numbers on the components match exactly those on the Purchase Orders. The Contractor shall notify the Contracting Officer in writing of any discrepancies. The Government reserves the right to have discrepant equipment returned “as is”, therefore the Contractor shall not start work on discrepant equipment. Correction of discrepancies and/or disposition instructions will be provided via modification to the Purchase Order. 8.0 Product Quality Deficiencies Report (PQDR). Repaired and overhauled components found to have deficiencies will be reported on the Joint Deficiency Reporting System as a Product Quality Deficiency Report (PQDR). The Government may return the equipment to the Contractor for investigation under a no-cost Purchase Order. 9.0 Requests for Government Furnished Material (GFM). Requests for GFM will be reviewed by the Government and a determination will be made to either furnish the requested material and adjust the monetary value of the Purchase Order as applicable or deny the request (per the conditions of paragraph 4). Requests for GFM shall be submitted in writing to the Contracting Officer with a brief narrative that supports the request. 10.0 Turn Around Time and Delivery Time. The required turn-around-time is one hundred twenty (120) days after receipt of material (ARM). Earlier delivery is desired if there are no extra charges to the Government. 11.0 Aircraft on Ground (AOG) and Work Stop (WS) Requirements. An AOG or WS situation necessitates a special schedule and requires accelerated overhaul completion and expedited delivery to the applicable U.S. Coast Guard Air Station. In the event an AOG/WS status occurs as a result of a lack of any of the components specified in the schedule, the Contractor will be notified by the Government in writing of the AOG/WS situation. The Contractor’s response shall provide 1) status of the component(s) needed to satisfy the AOG/WS condition that includes what USCG items in-house for repair/overhaul are closest to completion under normal working conditions and 2) an estimate of the labor hours needed to accelerate work completion. The accelerated work will be authorized via a Purchase Order Modification in conjunction with mutually agreed upon prices, delivery, and shipping cost reimbursement for next day delivery to the applicable USCG facility. In the event of an AOG/WS situation, the Purchase Order and applicable Line Item Number will be modified as needed to reflect the USCG delivery address and the applicable USCG Requisition Number. The Contractor shall be required to ensure the Requisition Number is included on shipping documents/delivery tickets so that the Material Receipt can be processed by the applicable USCG receiving personnel. 12.0 Environmental Requirements. All parts must be thoroughly cleaned IAW applicable Component Maintenance Manuals, Guidance for Selecting Chemical Agents and Processes for Depainting and General Cleaning of Aircraft and Aviation Products, to ensure they are as free as practicable of all hazardous dust to include hexavalent chromium, cadmium, lead, etc., prior to being returned to ALC. ALC may take random samples of parts to ensure they are free as practicable of all hazards. Information on these hazards can be found in Occupational Safety and Health Standards 1910.1025 (lead), 1910.1026 (Hexavalent Chromium) and 1910.1027 (Cadmium).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-13-Q-300016/listing.html)
 
Place of Performance
Address: COMMANDING OFFICER, AVIATION LOGISTICS CENTER (ALC), Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02978868-W 20130206/130204234055-88d6ae76cb49270ca0ad9157d96500a0 (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.