Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 15,1999 PSA#2263

Contracting 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