SOLICITATION NOTICE
16 -- HU-25 Avionics Upgrade Training Aids
- Notice Date
- 1/7/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD or Support Procurement Building 79, 75, 79, 78, 78 or 63, Elizabeth City, NC, 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-04-Q-100016
- Response Due
- 1/21/2004
- Archive Date
- 2/5/2004
- Point of Contact
- James Lassiter, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
- E-Mail Address
-
JALassiter@arsc.uscg.mil, LHudson@arsc.uscg.mil
- 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 and no other solicitation document will be issued. Request For Quotation (RFQ) number HSCG38-04-Q-100016 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. The US Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to award a firm fixed price purchase order using simplified acquisition procedures for the purchase of 2 each Table Top Training Aids for the HU-25 Avionics Upgrade, and 2 each Travel Cases for the HU-25 Avionics Upgrade, and 2 each Instruction Manuals for the HU-25 Avionics Upgrade, see the specific Statement of Work (attached). The North American Industry Classification System (NAICS) code is 336413 and the small business size standard is 1000 employees. This is an unrestricted procurement. All Items are to be delivered to US Coast Guard Aircraft and Repair Center, Bldg.63, Elizabeth City NC 27909. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this material. Request for drawings will be disregarded. FOB Destination offers are desired. FOB Origin offers must include shipping charges to be considered responsive. Inspection and acceptance of material shall be performed by the USCG Aircraft Repair and Supply Center Receiving personnel. The contractor shall provide a Certificate of Conformance (COC) and/ or an FAA Form 8130-3/8130-4 Airworthiness Approval Tag which shall be attached to each repaired component, a copy with the packaging slip and copy included in the invoice. Desired delivery is 90 days after receipt of material. Required delivery is 120 days after receipt of order. Packaging and marking: shall be in accordance with ASTM D3951-98 approved Nov. 10, 1998, Commercial Packaging, Shipping and Storage Procedures. Note each part must be individually packed in a separate box suitable for shipment via air, land or sea to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Each individual container shall have a copy of the packing slip attached indicating the National Stock Number, Part number, Purchase Order Number, and quantity. Packaging Material shall not consist of popcorn, shredded paper, Styrofoam of any type of peanut packaging. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage period of one year. All responsible sources may submit an offer which shall be considered by the agency. Anticipated award date is 22 JAN. 2004. This date is approximate and not exact. All responsible sources may submit an offer which shall be considered by the agency. Sources should have a valid Cage Code and DUNS number or the ability to obtain one. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2003), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999)- award will be made to the Offeror proposing the best value to the Government considering price, delivery, and past performance., FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2003) to include Alt I (Apr 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (OCT 2003) with the following addendas: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated. FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Oct 2003). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer ? CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders ?Commercial Items (Oct 2003), FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (SEP 2002) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (APR 2002)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2003)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332) End of Clause Quotes may be submitted on company letterhead stationary and must include the following information: Cost breakdown of parts and labor, Unit Price, Extended Price, Estimated Completion time frame, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2003) of copies can be obtained by calling the Agency or by downloading from the FedBizOps website. The closing date and time for receipt of offers is 21 JAN 2004 4:00 PM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (252) 334-5427 or E-mailed to jalassiter@arsc.uscg.mil Contact Jim Lassiter at (252) 335-6143 for questions regarding this solicitation. 1. Scope of Work. The contractor shall provide all necessary management, supervision, personnel, labor, materials and equipment required to provide two Tabletop Trainers for the Coast Guard HU-25 CDU-900G and MFD-255 avionics upgrade. 1.1. Background. The U.S. Coast Guard is modifying the HU-25 with a new navigation system encompassing the CDU 900G and the MFD-255 display and other associated components. This extensive upgrade requires an intensive training system. A tabletop trainer is needed for ongoing training development and for fleet implementation training. 2 Personnel. 2.1 Project Manager. The contractor shall provide a project manager who shall be responsible for all work performed under this order and shall be a single point of contact for the Contracting Officer and designated representatives of the contracting officer. 2.2 Other Personnel. The contractor shall provide the necessary personnel resources required in the performance of this order. Personnel assigned to perform tasks under this Statement of Work shall be thoroughly familiar with the design and operation of the HU-25 CDU-900G and MFD-255 system. 2.3 Citizenship. All contractor employees used on this contract shall be citizens of the United States, or, if aliens, shall be legal resident aliens of the United States. 2.4 Contractor Personnel Qualifications. All services provided under this order shall be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by law. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES None. 4. CONTRACTOR FURNISHED ITEMS The contractor shall furnish everything required to perform this order. 5. SPECIFIC TASKS 5.1 Produce two (2) HU-25 Tabletop Trainers, each providing and integrating a CDU900G Cockpit Display Unit, a MFD-255 Display Panel, a CP-255 Control Panel, and a heading control knob. Each trainer shall provide the space, power, and wiring to accept a Navy Standard Mission Data Loader (SMDL). Each of the trainer?s cabinet and travel case, without the CDU, MFD, and CP (which will be purchased via a separate delivery order), shall be delivered within four months after receipt of order. 5.1.1 General Requirements. The contractor shall meet the following general requirements: 5.1.1.1 Produce two (2) Tabletop Trainers integrating the above-mentioned equipment to interact as closely as possible to the aircraft-installed avionics upgrade system. The tabletop trainers shall be capable of converting normal outlet power (110V, 60 Hz AC) into a form required by installed equipment. Cooling fan(s) shall be installed as necessary in each trainer to ensure component cooling requirements are adhered to. 5.1.1.2 Provide necessary discrete indicator lights, switches and circuit breakers in each trainer to enable operation of the CDU?s Model feature and ensure equipment protection 5.1.1.3 Integrate the equipment into a portable cabinet (2 each) with an accompanying travel case. The Trainers must be reasonably portable in order to be used for training visits to Coast Guard HU-25 Air Stations. 5.1.1.4 Instructional Manuals. Provide a basic guide (2 each) for operating the Trainer in a safe manner, including any operating limitations and safety cautions. CDRL A001 Tabletop trainer CDRL A002 Travel Case for Tabletop Trainer CDRL A003 Instruction Manual 5.1.1.5 Delivery. The Tabletop Trainers, travel cases, and instruction manuals shall be delivered to: Commanding Officer USCG Aircraft Repair and Supply Center HU-25 Projects, Bldg 79 Elizabeth City, NC 27909 6. Completion of Effort 6.1 Final Acceptance US Coast Guard approval of CDRL?s required by this SOW shall constitute Final Acceptance of and completion of Contractor effort. 7. Contract Deliverable Requirements List (CDRL) 7.1 Equipment and Manuals CDRL Description Quantity Due Date Paragraph Date Item Description A001 Tabletop Trainer 2 4 Months ARO 5 Contractor Format A002 Travel Case for Trainer 2 4 Months ARO 5 Contractor Format A003 Master System Test Plan Instruction Manual 2 4 Months ARO 5 Contractor Format
- Record
- SN00499565-W 20040109/040107211531 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |