Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2007 FBO #1972
MODIFICATION

J -- Cooling Turbine, Upgrade and Overhaul

Notice Date
4/19/2007
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-07-Q-300224
 
Response Due
4/30/2007
 
Archive Date
5/15/2007
 
Point of Contact
Bill Kingsley, C130 Contract Specialist, Phone (252)384-7283, Fax (252)335-6452, - Ginger Woodington, C130 Contract Specialist, Phone 252-334-5293, Fax 252-335-6452,
 
E-Mail Address
William.T.Kingsley@uscg.mil, Ginger.G.Woodington@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for firm-fixed-price commercial item overhaul 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. Solicitation number HSCG38-07-Q-300224 is being assigned to this procurement for tracking purposes only. The North American Industry Classification System Code (NAICS) is 336413 and the size standard is 1000 employees. This procurement is set-aside for small businesses. This combined synopsis/solicitation is issued for the acquisition of Upgrade and Overhaul of Cooling Turbine NSN 1660-00-897-4306, P/N 203720-1 to NSN 1660-01-438-5697, P/N 203720-3-1; Quantity 2, IAW AFTO 15A3-2-40-3 (latest revision). The item is Flight Critical and ACMS Tracked. The Coast Guard does not maintain nor distribute Air Force Technical Orders. The contractor must have access to all applicable technical orders and is responsible for obtaining the TOs. Contract award will not be delayed pending contractor registration or awaiting delivery of the overhaul directive. 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 with the proposal; or other certifications e.g., DOD certification, to be submitted to the Contracting Officer for review and approval on a case by case basis. Offerors are required to propose firm-fixed price for scrapping repairables which are determined ?Beyond Economical Repair?. High cost replacement parts and/or the presence of corrosion that does not exceed the tolerances stated in the overhaul directive, will not be considered reasons for ?over and above? proposals, and will not necessitate renegotiation of the overhaul price. However, the value of any component provided to the contractor as GFM will be deducted from the firm-fixed-price of the overhaul or presented as a credit to the Government. Repairable items received that indicate (1) obvious misuse, (2) Cannibalization/missing parts, (3) severe damage due to mishandling or (4) crash damage are not included in the FFP pricing. The USCG reserves the right to provide GFP/GFM to the contractor should it be determined to be in the best interests of the Government. GFM required as a result of misuse, cannibalization etc., discovered upon receipt, will not be deducted from the FFP overhaul price. The contractor shall within 15 days of determining unusual damage submit a condition report notifying the Contracting Officer of Unusually Damaged Items. Unusual damage report depicting conditions (1), (2), (3), (4) proposed for ?over and above? work shall list all parts and labor requirements. ?Over and above? work will be reviewed by the Contracting Officer and negotiated separately from the FFP pricing. Nonreworkable items replaced during overhaul shall be disposed of as scrap, which means to render those items unusable for their intended purpose. Should any of the repairables 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 scap rate charge specified in the award document. Only ?factory new? material is acceptable or new surplus with traceability to the OEM. Inspection by Certificate of Conformance and acceptance shall be performed at destination by USCG ARSC QA. Items shipped to: USCG Aircraft Repair and Supply Center, Attn: Receiving Section, Bldg 63, Elizabeth City, NC 27909-5001. The desired delivery date is 30 calendar days after receipt of material but earlier delivery is acceptable at no additional cost to the Coast Guard. FOB point shall be Destination. Components specified for rework/overhaul are serial number tracked by the Coast Guard?s (ACMS) Aviation Computerized Maintenance System. The contractor shall maintain a legible component tracking form for each item reworked or overhauled. A sample can be provided upon request. Vendor must provide a Certificate of Conformance in accordance with FAR 52.246-15. Copies of packing slips 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: 1) Each item or unit must be individually packed in a separate box, carton, or crate, 2) Each individual container shall be labeled on the outside with NSN, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Line Item. Only Bar Coding of the NSN 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 one year, 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 closing date for receipt of offers is 30 April 2007, 2:00 pm, Local Time. Quotes will be accepted via Facsimile at 252-335-6452, electronically via Email at william.t.kingsley@uscg.mil. The evaluation for award will be based on lowest price obtained from a responsible offeror. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Sep 2006). Offerors shall include a completed copy of this provision with their offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors Commercial Items (Sep 2006); FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2006); FAR 52.203-6, Restrictions on Subcontractors Sales to the Government (Jul 1995); FAR 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.232-33, Payment by Electronic Funds Transfer-CCR (Oct 2003); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.245-1, Property Records(Apr 1984); FAR 52.246-15, Certificate of Conformance (Apr 1984); FAR 52.247-34, FOB Destination (Nov 1991); HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. (Jun 2006) (a) Prohibitions. Section 835 of Public Law 107-296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. (b) Definitions. As used in this clause: ?Expanded Affiliated Group? means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. ?Foreign Incorporated Entity? means any entity which is, or but for subsection (b) of Section 835 of the Homeland Security Act, Public Law 107-296, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. ?Inverted Domestic Corporation.? A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)? (1) The entity completes after November 25, 2002, the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held? (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. ?Person?, ?domestic?, and ?foreign? have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, Public Law 107-296. (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is after the date of enactment of this Act and which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule For Related Partnerships. For purposes of applying Section 835(b) of Public Law 107-296 to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. By signing and submitting its offer, an offeror under this solicitation represents that it not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of Section 835 of the Homeland Security Act, Public Law 107-296 of November 25, 2002. (g) If a waiver has been granted, a copy of the approved waiver shall be attached to the bid or proposal. (End of provision) Notice to Offerors: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and 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 office, contracting officer, and solicitation closing date. The POC for this requirement is Bill Kingsley at (252)384-7283, william.t.kingsley@uscg.mil.
 
Place of Performance
Address: Contractor facility
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01276780-W 20070421/070419220529 (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.