Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1999 PSA#2462

Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001

J -- OVERHAUL OF C130 AVIONICS COMPONENTS SOL DTCG38-00-R-H00002 DUE 111599 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 requirement will be satisfied using commercial acquisition procedures specified in FAR Part 12. This announcement constitutes the only solicitation; firm-fixed-price proposals for overhaul of the following items are being requested and a written solicitation will not be issued. Solicitation number DTCG38-00-R-H00002 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 97-13. This requirement is considered a small business set-aside; the Standard Industrial Classification Code is 3728 and the size standard is 1000 employees. The Coast Guard seeks to award one or more contracts, as necessary for the procurement of overhaul services for C130 Avionics Components listed below for a base year and four one-year option periods, renewable annually. The following are the components and their corresponding yearly estimated quantities: NSN 6605-00-034-2500, P/N 100524, or NSN 6605-00-797-0134, P/N 522-1785-003, Horizontal Indicator, 25 each estimated per year; NSN 6130-00-772-8567, P/N 8TJ51GAA5 or NSN 6130-00-772-8599, P/N 8TJ51GAA4, Power Supply, 20 each estimated per year; NSN 1680-01-201-5691, P/N 540-25100-004, Altitude Alerter, 15 each estimated per year. Offerors are also required to propose a firm-fixed price for scrapping reparables which are determined "Beyond Economical Repair". Overhaul shall be accomplished in accordance with the Original Equipment Manufacturer's (OEM's) manuals and procedures. Offerors must possess a current FAA certification or an OEM certification to perform overhaul and service on the items listed above and must provide proof of these certifications upon request. The Coast Guard does not own, nor can it providedrawings or specifications for these items. Offerors must have access to all current maintenance overhaul manuals and performance/test/acceptance criteria to ensure that equipment is overhauled in accordance with the Original Equipment Manufacturer's (OEM) specifications and procedures. Firm-fixed-prices do not include components received that indicate obvious misuse, cannibalization, or sever 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/reconfiguration and any amounts proposed for "over and aboves" will be negotiated separately. High cost replacementparts and/or the presence of corrosion will NOT be considered as reasons for "over and above" proposals and will NOT necessitate re-negotiation of the overhaul prices. Nonreworkable items replaced during overhaul shall be disposed of as scrap in accordance with the manuals and specifications listed in this document. 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. Offerors' proposals are to include a delivery schedule. Desired delivery to commence within 30 days after receipt of material. Accordingly, the contractor will be required to notify the Contracting Officer upon receipt of reparables. Earlier deliveries are acceptable and desired at no additional cost to the Coast Guard. Inspection and acceptance shall be performed at destination by USCG ARSC Quality Assurance personnel. Fob point shall be destination. A Certificate of Conformance in accordance with FAR 52.246-15 is required for each overhauled item. Copies of packing slips and the Certificate of Conformance shall be affixed to the outside of the shipping container. Packaging of the items for return shipment shall be in accordance with the Contractor's best commercial practices with the following exceptions. Each item or unit must individually packed in a separate box, carton, or crate. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Contract Number, Line Item, and Delivery Order Number. Only Bar Coding of the National Stock Number is necessary. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Each unit shall be packaged to protect against electrostatic damage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of oneyear, but no preservation coating will be applied directly to the component. Packaging material shall NOT consist of the following material: popcorn, shredded paper, styrofoam of any type, or peanut style packaging. The Aviation Computerized Maintenance System (ACMS) is a computerized system used to record maintenance of aircraft components and assemblies. The contractor's responsibilities within ACMS consist of submission of required forms, as outlined herein. The Horizontal Indicator and the Altitude Alerter specified by this announcement are flight critical and as such are serial-number tracked, and upon receipt at the contractor's facility, will include a Significant Component History Record (SCHR) and a Component Repair Record (CRR). The contractor shall verify the SCHR and CRR, and ensure they correspond with the component part number and serial number. All discrepancies shall be reported to the Contracting Officer prior to any work being performed. Sample CRR forms will be provided upon contract award. The contractor shall complete the CRR and submit the form as specified herein. The contractor shall maintain a copy of each completed CRR for a period of ninety (90) days. The SCHR accompanying an item shall be updated upon completion of work, and shall be returned with the unit. Legible copies of the CRR are to be distributed as follows: one copy shall be attached to the original invoice; one copy shall be placed inside the shipping container with the reworked component; one copy shall be mailed to Commanding Officer, U.S. Coast Guard, Aircraft Repair & Supply Center, Attn: Code 3200 (Tracking Entry), Elizabeth City, NC 27909-5001. The closing date for receipt of offers is 15 November 1999, 3:00 pm, EST. 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 essentially equal. In order to evaluate past performance, offerors are instructed to provide references for pastperformance information for the above listed components during the preceding 2-year period which includes the contract number, agency, point of contact and applicable phone number. 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 1999) 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 (June 1999); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 1999); 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 (Jan 1999); 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 Workers with Disabilities (June 19998), FAR 52.222-37; Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Apr 1998), FAR 52.225-3, Buy American Act Supplies (Jan 1994); FAR 52.233-3, Protest After Award (Aug 1996),. FAR 52.212-4 applies and is tailored as follows: FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; FAR 52.204-4, Printing/Copying Double-Sided on Recycled Paper (Jun 1996);FAR 52.211-15, Defense Priority and Allocation Requirements (Sep 1990); FAR 52.216-18, Ordering (Oct 1995) (paragraph (a) at any time during the effective term of the contract including the effective period of any option(s) exercised); FAR 52.216-19, Order Limitations (Oct 1995) (paragraph (a) less than 1 each; paragraph (b)(1) the total estimated contract line quantity; paragraph (b)(2) 50 percent of the estimated quantity; paragraph (b)(3) 15 calendar days); FAR 52.216-21, Requirements (Oct 1995) (paragraph (f) 90 calendar days after expiration of contract); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 1989); (paragraph (a) prior to expiration of the preceding contract term; paragraph (c) 5 years); FAR 52.219-6, Notice of Small Business Set-Aside (Jul 1986); FAR 52.243-1, Changes-Fixed Price (Aug 1987) Alternate I (Apr 1984); FAR 52.245-1, Property Records (Apr 1984); FAR 52.247-34, F.o.b. Destination (Nov 1991). Defense Priorities and Allocations System Rating: DO-A1. Notice to Offerors: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fairand timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation 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 offeror should then contact the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593. Telephone (202)267-2285; Fax No. (202)267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting officer, and solicitation closing date. 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 $500,000 with interest at the prime rate. For further information, call (800)532-1169. Internet address: http://osdbuweb.dot.gov. Posted 10/22/99 (W-SN394012). (0295)

Loren Data Corp. http://www.ld.com (SYN# 0030 19991026\J-0007.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page