|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 15,1999 PSA#2263Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 J -- REWORK OF C139 C-12 SYSTEM COMPONENTS SOL DTCG38-99-R-H00008 DUE
022799 POC Nancy DeBerry, Contract Specialist, (252)335-6291 or Martha
Hebrew, Contracting Officer, (252)335-6557 . 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; firm-fixed-price proposals for overhaul or
modification of the following items are being requested and a written
solicitation will not be issued. Solicitation number DTCG38-99-R-H00008
is being assigned to this procurement for tracking purposes only and
this synopsis/solicitation is being issued as a Request for Proposal
(RFP). The incorporated clauses and provisions are those in effect
through Federal Acquisition Circular 97-09. This requirement is being
set-aside for Small Businesses, the Standard Industrial Code (SIC) is
3728 and the size standard is 1000 employees. The Coast Guard seeks to
award one contract with a basic period of one-year and four one-year
option periods renewable annually for the procurement of these overhaul
services. As needs arise, delivery orders will be issued specifying
final shipping destinations and priority status. The Coast Guard
reserves the right to make award of all or part of the components
listed. Interested parties are advised that the Coast Guard does not
own, nor can it provide data packages or drawings. Actual items and
estimated quantities are: Gyroscope, NSN 6615-01-065-7226, P/N
2586333-3, Base Year Estimated Quantity: 40 each, First Option
Estimated Quantity: 30 each, Second Year Estimated Quantity: 20 each,
Third Option Estimated Quantity: 15 each, Fourth Year Estimated
Quantity: 10 each. Overhaul shall be in accordance with Honeywell
manual 34-21-12. Firm-fixed overhaul prices shall include incorporation
of Mods "D" and "E" per OEM manual. Amplifier, NSN 5895-00-999-2411,
P/N 2589226-1, Base Year Estimated Quantity: 06 each, First Option
Estimated Quantity: 04 each, Second Option Estimated Quantity: 02 each,
Third Option Estimated Quantity: 02 each, Fourth Option Estimated
Quantity: 02 each. Overhaul shall be in accordance with Honeywell
manual 34-21-02. Firm fixed prices overhaul prices shall include
modification to NSN 5895-01-345-5140, P/N 2589226-1BC. Amplifier, NSN
5895-01-345-5140, P/N 2589226-1BC, Base Year Estimated Quantity: 12
each, First Option Estimated Quantity: 06 each, Second Option Estimated
Quantity: 04 each, Third Option Estimated Quantity: 03 each, Fourth
Option Estimated Quantity: 02 each. Overhaul shall be in accordance
with Honeywell manual 34-21-02. Compensator, NSN 6605-00-447-9654, P/N
2586257-1, Base Year Estimated Quantity: 03 each, First Option
Estimated Quantity: 02 each, Second Option Estimated Quantity: 02 each.
Overhaul shall be in accordance with Honeywell manual 15-3141-05.
Controller, NSN 6605-00-447-9665, P/N 2586261-1, Base Year Estimated
Quantity: 06 each, First Option Estimated Quantity: 04 each, Second
Option Estimated Quantity: 03 each, Third Option Estimated Quantity: 02
each. Overhaul shall be in accordance with Honeywell manual 31-21-01.
Hourly Labor Rate: Contractors are required to propose a fully "loaded"
labor rate inclusive of all applicable profit, general and
administrative and overhead for the base year and each option period.
This rate will be incorporated into the resulting contract and used for
pricing labor hours for Service Bulletin incorporation and additional
hours for Unusually Damaged Items. Scrap Charge. Contractors are
required to propose a flat rate for the base year and each option
period for the purposes of reimbursement of evaluation charges for
items deemed "Beyond Economical Repair". Firm fixed prices shall
include all parts, labor, tooling, test equipment and facilities
required to overhaul or modify the components identified above in
accordance with the Original Equipment Manufacturer's specifications on
an "as-required" basis. The contractor must have access to all
manufacturer's maintenance and rework/overhaul manuals and
performance/test/acceptance criteria and shall provide the data and
documentation to ensure equipment is overhauled, calibrated and
operating in accordance with the OEM's specifications. The contractor
can expect more salt water corrosion than is normally seen in the
commercial airline industry and firm-fixed prices should reflect this
expectation. Firm-fixed-prices do not include components received that
indicate obvious misuse, cannibalization, or severe damage due to
mishandling or crash damage. Components received in the above listed
conditions will be handled on a case by case basis, after notification
to the Contracting Officer of such condition. Within fifteen days of
the determination, the Contractor shall submit a condition report for
Unusually Damaged items listing parts and labor required to accomplish
the additional "over and above" work. The contractor shall be entitled
to the firm-fixed price specified in the contract for
overhaul/modification and any amounts proposed for "over and aboves"
will be negotiated separately. Nonreworkable items replaced during
overhaul shall be disposed of as scrap in the presence of local DCMC
representative. Should any of the reparables be determined "Beyond
Economical Repair", the contractor shall immediately notify the
Contracting Officer and await disposition instructions. The contractor
will be entitled to the flat rate scrap charge specified in the award
document. The contractor will be notified by the Contracting Officer
of required Service Bulletins and will be required to submit a
firm-fixed price proposal inclusive of labor hours and materials, of
incremental charges for incorporation of applicable Service Bulletins.
The incremental charge will apply only to those components into which
the contractor incorporates a required Service Bulletin, not those
into which the Service Bulletin has been previously incorporated. After
negotiation, a contract modification will be issued to reflect the
additional charges. Offerors' proposals are to include delivery time.
Desired delivery to commence within 30 days after receipt of material
but at no time will delivery exceed 60 day after receipt of material.
Earlier deliveries are acceptable and desired at no additional cost to
the Coast Guard. Contractors are advised that AOG status dictates that
delivery occur within seven days of notification; additional labor
hours required will be negotiated as events occur and transportation
expenses will be reimbursed. Inspection and acceptance shall be
performed at contractor's facility in the presence of a local Defense
Contract Management Command representative. Fob point shall be
destination. A Certificate of Conformance in accordance with FAR
52.246-15 is required for each repaired item. Copies of packing slips
and the Certificate of Conformance shall be affixed to the outside of
the shipping container. Packaging of material shall be best commercial
methods that will ensure the integrity of the C12 System components.
In most cases, the Gyroscope will be shipped to the contractor in a
special container that is to be reused for return shipment. In the
event a gyroscope is received without the container, the contractor is
to notify the Contracting Officer and await further instructions.
Items are considered Flight Critical and as such are serial-number
tracked by the Coast Guard's Avionics Tracking System (ATS). Any
legible format for this information is acceptable provided that the
item NSN, nomenclature, part number, serial number and specific details
of rework performed is included. Contractors are required to submit a
sample of the document providing this information with their proposal
for Contracting Officer approval. Upon completion of rework, within
five (5) working days, three (3) legible copies of the tracking form
will be submitted as specified in the award document. The closing date
for receipt of offers is 27 January 1999, 3:00 pm, Eastern Standard
Time. Facsimile offers are acceptable and may be forwarded via fax
number (252)335-6452. Far provision 52.212-2 applies; evaluation
factors will be price and past performance, and these factors are
substantially equal. In order to evaluate past performance, offerorsare
instructed to provide references to verify experience in overhauling
and modifying the items listed above. Offerors are required to provide
the agency, point of contact and applicable phone number for each
reference given. References should be given which reflect recent
contracts with Federal agencies or military organizations. Note: The
Government reserves the right to contact any potential source of
information regarding an offeror's past performance. Offeror's are
instructed to include a completed copy of FAR provision 52.212-3,
Offeror Representations and Certifications -- Commercial Items (Oct
1998) with their offers. Offerors that do not have access to these
certifications may request a copy from the point of contact referenced
above to obtain them. The following FAR provisions and clauses apply
to this solicitation and are incorporated by reference: FAR 52.212-1,
Instructions to Offerors -- Commercial Items (Aug 1998), FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items (Apr 1998), FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items (Oct 1998), FAR 52.233-3,
Protest After Award (Aug 1996), FAR 52.203-6, Restrictions on
Subcontractors Sales to the Government (Jul 1995), Alternate I, (Oct
1995), FAR 52.219-8, Utilization of Small, Small Disadvantaged and
Women-Owned Small Business Concerns, (Jun 1997), FAR 52.222-26, Equal
Opportunity (Apr 1984), FAR 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (Apr 1998), FAR 52.222-36,
Affirmative Action for Handicapped Workers (Jun 1998), FAR 52.222-37,
Employment Reports on Special Disabled and Veterans and Veterans of the
Vietnam Era (Apr 1998), FAR 52.225-3, Buy American Act -- Supplies (Jan
1994), Defense Priorities and Allocations System Rating: DO-A1.
ATTENTION: Minority, Women-Owned and Disadvantaged Business
Enterprises(DBEs)! The Department of Transportation (DOT), Short-Term
Lending Program (STLP) offers working capital financing in the form of
lines of credit to finance accounts receivable for transportation
related contracts. Maximum line of credit is $500,00 with interest at
the prime rate. For further information, call (800)532-1169. Internet
address: http://osdbuweb.dot.gov. See Numbered Note 1. Posted 01/13/99
(W-SN287647). (0013) Loren Data Corp. http://www.ld.com (SYN# 0036 19990115\J-0012.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|