SOLICITATION NOTICE
16 -- Repair or Overhaul of Avionics Components
- Notice Date
- 9/18/2008
- Notice Type
- Presolicitation
- 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, ESD, C130J, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-08-R-H00013
- Point of Contact
- Bill Kingsley,, Phone: (252)384-7283
- E-Mail Address
-
William.T.Kingsley@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a presolicitation synopsis for firm-fixed-price commercial item repair or overhaul of the following avionics components for the USCG HC-130H aircraft prepared in accordance with FAR Part 12 and 13 as supplemented with additional information included in this notice. A Requirements Contract is contemplated. A solicitation will be posted to FedBizOpps approximately 10 Oct 2008. 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 synopsis is issued for the acquisition of: 0001: Repair, Altimeter Set, Electrical, P/N 622-3890-103, NSN 5841-01-426-8489, Est Qty 25, Repair, IAW CMM 523-0768499, OEM Rockwell Collins, Cage Code 13499. 0002: Repair, Receiver/Transmitter, P/N: 622-1396-001, NSN: 5821-01-140-7767 (or P/N: 622-1396-101 NSN: 5821-01-357-4630), Est Qty 10, Repair IAW CMM 523-0764898, OEM Rockwell Collins, Cage Code 13499. 0003: Repair, Height Indicator, P/N: 522-4114-003, NSN: 5841-00-758-4547, Est Qty 30, Repair IAW CMM 523-0758884 or CMM 523-076165, OEM Rockwell Collins, Cage Code 13499. 0004: Repair, Computer, Warning, P/N: 965-0476-088, NSN: 6340-01-101-1888, Est Qty 20, Repair IAW CMM 012-0257-001, OEM Honeywell, Cage Code 97896. 0005: Overhaul, Servo Unit, P/N: 792-6781-003, NSN: 6615-01-037-7780, Est Qty 5, Overhaul IAW CMM 523-0806976, OEM Rockwell Collins, Cage Code 13499. 0006: Overhaul, Air Data Computer, P/N: 965-0412-002, NSN: 6610-01-101-1913, Est Qty 3, Overhaul IAW CMM 012-0255-001, OEM Honeywell, Cage Code 97896. The solicitation will also invite pricing for Unusual Damage Evaluation, Inspection/No Fault Found, Scrap Fee, and a Composite Hourly Rate. For the 4 "Repair" items above, the Service Contract Act wage determinations are applicable. The above represent the Base Period and there shall be 4 Option Periods. The quantities are estimates only and failure of the Government to order any of the items described as ‘estimated’ shall not entitle the contractor to any equitable adjustment in price under the Government Property clause. Only unused or surplus new replacement parts are acceptable to fill this requirement and must be traceable to the OEM. All 6 items are ACMS Tracked. Inspection and acceptance shall be performed at Destination by USCG ARSC Quality Assurance personnel. Items shipped to: USCG Aircraft Repair and Supply Center, Attn: Receiving Section, Bldg 63, Elizabeth City, NC 27909-5001. The desired delivery date is 45 days after receipt of material. FOB point shall be Destination. 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 contractor must have access to all United States Air Force maintenance, repair, overhaul manuals, performance/test/acceptance criteria, and data to ensure the items above are repaired, overhauled, calibrated, and operating in accordance with the applicable technical order. The contractor is solely responsible for obtaining the specifications. The U.S. Coast Guard does not maintain nor release the technical documents. The contractor must have access to all applicable technical orders and is responsible for obtaining the technical orders. The technical orders are classified as “C6Y” and are releasable per the terms of Air Force Technical Order 61-204, dated 27 July 1994. To obtain the necessary technical orders, contractors must first be registered as a certified U.S. Contractor with the Defense Logistics Support Center (DLSC). Contractors desiring certifications must submit a DD Form 2345, “Export Controlled DOD Technical Data Agreement” to DLSC. Questions may be referred to DLSC at 1-800-352-3572. Approved DD Forms 2345 must then forwarded with the contractor’s request for the specified technical orders to Oklahoma City Air Logistics Center, 848 CBSG/OMR, Tinker AFB, OK 73145-5989. As the USCG does not control the U.S. Air Force T.O. process, contract award will not be delayed pending contractor registration for documents. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external form. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement 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 interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington D.C. 20593-0001, Telephone 202-372-3695, Fax: 202-475-3904. The Point of Contact is Bill Kingsley at (252)384-7283, william.t.kingsley@uscg.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2919600bb50444b72066feaf7aabaaee&tab=core&_cview=1)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN01674613-W 20080920/080918222209-2919600bb50444b72066feaf7aabaaee (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 |