Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2010 FBO #2987
SOLICITATION NOTICE

66 -- Display, Control AIS - Attachment #1

Notice Date
1/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-1FU007
 
Archive Date
2/24/2010
 
Point of Contact
Walter A. Mack, Phone: 4106726162, Scott A. Wood, Phone: 410-762-6434
 
E-Mail Address
walter.a.mack@uscg.mil, Scott.A.Wood@uscg.mil
(walter.a.mack@uscg.mil, Scott.A.Wood@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Overhaul Description The USCG Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and Repair the following: NSN 6610-01-536-2446, DISPLAY, CONTROL; AIS, PART# AISA100090, Quantity 13 EA. The AUTOMATIC IDENTIFICATION SYSTEM is utilized onboard 175’ and 225’ Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-coded. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. Delivery on or before 08/14/10. Repairs will be in accordance with the following specification: REPAIR OF ELECTRONIC EQUIPMENT AND MODULES 1SCOPE 1.1General. This specification covers the requirements for the repair of electronic equipment and those aspects of the maintenance processes, which are applicable to electronic equipment. It establishes uniform standards and procedures to be used in the repair process, for example, receipt and evaluation, maintenance procedures, selection and use of parts and material, marking, preservation, and packing for shipment. 1.2Types of equipment/components. The repairs of the following types of equipment/components are included in this specification: Complete assemblies Equipment subassemblies Circuit card assemblies Power supplies Modules Other components as specified in the solicitation 2.APPLICABLE DOCUMENTS 2.1General. The documents listed in this section are specified in sections 3, 4, and 5 of this specification. This section does not include documents cited in other sections of this specification or recommended for additional information or as examples. While every effort has been made to ensure completeness of this list, document users are cautioned that they must meet all specified requirements documents cited in sections 3, 4, and 5 of this specification, whether or not they are listed. 2.2Government documents. 2.2.1 Specifications and standards. The following specifications and standards form a part of this document to the extent specified herein. Unless otherwise specified, the issues of these documents are those listed in the issue of the Department of Defense Index of Specifications and Standards (DoDISS) cited in the solicitation. STANDARDS MILITARY MIL-STD-129P Change 4, Sept 2007 Marking for Shipment and Storage MIL-STD-2073-1D Notice 1, May 2002, Standard Practice for Military Packaging NON-GOVERNMENT STANDARDS ASTM-D3951-98 DEC 1990 Packing, Commercial (Unless otherwise indicated, copies of the above specifications and standards are available from the Defense Printing Service Detachment Office, Bldg. 4D (NPM-DODSSP), 700 Robbins Avenue, Philadelphia, PA 19111-5094.) 2.3Non-Government publications. The following documents form a part of this document to the extent specified herein. Unless otherwise specified, the issues of the documents that are DOD adopted are those listed in the issue of the DoDISS cited in the solicitation. Unless otherwise specified, the issues of the documents not listed in the DoDISS are the issues of the documents cited in the solicitation. AMERICAN SOCIETY FOR QUALITY CONTROL ANSI/ASQC-C1-1996Specification of General Requirements For a Quality Program (Application for copies should be addressed to the American Society for Quality Control (ASQC), 611 East Wisconsin Avenue, Milwaukee, Wisconsin 53202.) 2.4Order of precedence. In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. 3.REQUIREMENTS 3.1General Requirements 3.1.1Repair. The contractor shall perform the level of repair required to return the repairable equipment or module to a ready for issue (RFI) condition from a non-ready for issue (NRFI) condition. 3.1.2Repair. Electronic equipment shall be processed for the return of unserviceable items to an operational status. This process shall accomplish: a.Disassembly and cleaning required to facilitate the equipment repairs. b.Repair or replacement of parts that have failed or are of marginal quality due to wear, deterioration, or damage so as to return the item to ready for issue (RFI) condition. c.Install all applicable field changes, modifications and firmware upgrades. d.Re-assembly, alignment, and testing. 3.1.3Government furnished equipment. Defective equipment, modules, or items will be shipped to the Contractor from the Coast Guard Surface Forces Logistics Center or as specified in the procurement documentation. 3.1.4Defective item lot size. Equipment or items will be shipped as single items or in lots. Lot size will be based on Coast Guard needs. 3.1.5Obsolete parts/processes. In the event certain parts or processes become obsolete, the Contractor shall notify the Contracting Officer and submit 1) rationale and verification of any obsolete part or process, and 2) a written estimate of the cost required to make the repair. The Contractor shall not proceed until firm fixed price and delivery schedules are negotiated and authorization to proceed is received from the Contracting Officer. 3.1.6Unusually damaged items. Repair requirements do not include equipment or components received which indicate obvious misuse, cannibalization, and severe damage due to mishandling, fire, or submersion. In the event that severely damaged or cannibalized equipment or components are received, the Contractor shall notify the Contracting Officer and submit 1) a description of the condition of the equipment or component as received, 2) an estimate of the probable cause of the condition, and 3) a written estimate of the cost required to make the repair. The Contractor shall not proceed until either a firm, fixed price for repair and a delivery schedule are negotiated and authorization to either proceed with repairs, or disposal instructions have been received from the Contracting Officer. 3.1.7Limitation of repair. The price in the schedule is the cost of repair unless otherwise authorized under 3.1.6. Repairs will not normally be authorized if the cost of repair exceeds 65% of the acquisition cost of the item. In the event that the repair costs will exceed 65% of the item acquisition cost, the Contractor shall notify the Contracting Officer. The Contracting Officer will make the determination whether to repair the item or will provide disposal instructions. 3.2Detailed requirements. 3.2.1Materials. The Contractor shall provide all spare parts, current technical manuals, discrete components and consumable materials needed for the repair of the items. 3.2.1.1 Selection of Parts and materials. The Contractor shall utilize parts and materials specified in the latest design specifications. Original equipment manufacturer's (OEM) parts or parts that equal or exceed the performance and tolerance characteristics of the OEM parts must be used on all component part replacements. Any part which would change the form, fit, and/or function of the equipment or module shall not be used. Requests to utilize nonstandard (non-OEM or direct equivalent) parts shall be submitted to the Contracting Officer for approval. 3.2.2Repair process. 3.2.2.1 Inspection. In the course of repair, three levels of inspection shall be performed, as follows: a. Incoming inspection. This inspection shall be performed at the point of receipt of the repair material to detect damage in transit. The items shall be inspected for completeness, for model type per contract or work order, and for obvious flaws and defects. If the equipment or module is received incomplete or damaged in transit, the Contracting Officer shall be immediately notified of the discrepancy. The Contractor shall identify and record the damaged property by its nomenclature; NSN, manufacturer's part number, date of receipt, quantity, number inspected, number defective or damaged, contract number, nature of the defect, circumstances of discovery, and estimated repair cost. b. In-process inspections. These inspections shall be performed during repair in order to ensure completeness of repair and conformance to equipment technical requirements. Examples of such inspections are 1) adherence to fault isolation and test procedures, 2) proper application of coatings and treatments, and 3) proper mounting and connection of piece parts. The results of all in process inspections shall be recorded and submitted to the Contract Officer, see attachments for examples of the required information. c. Final inspection. This inspection shall consist of 1) a visual inspection of workmanship, assembly and fit, mechanical and electrical safety and marking, materials, parts, and finish, and, treatment for prevention of corrosion and 2) verification of all operations specified in the equipment technical requirements. All final inspection observations and measurements shall be recorded and certified. 3.2.2.2 Disassembly. The degree of disassembly on any equipment or module processed by the Contractor shall be commensurate with the level of repair required. 3.2.2.3 Cleaning. Items requiring cleaning during repair shall be cleaned prior to or during the pre-induction inspection and disassembly, whichever is deemed more practical by the Contractor. Final cleaning shall be conducted to ensure the component is free of obvious defects and corrosion, soil, grease, residue, fingerprints, perspiration, or other acid or alkali residues. All temporary markings and tags, to include the CG-5236 Serviceable/Unserviceable Tag shall be removed. 3.2.2.4 Testing. In the course of repair, the Contractor will perform two types of testing: a. Operational tests. These tests shall be for the purpose of verifying operation and to identify areas requiring fault isolation. b. Final performance and acceptance testing. A dynamic test will be conducted to confirm acceptability of alignment and function. This must be accomplished using a fully operational equipment mock-up, or the use of Automated Test Equipment (ATE) with the ability to emulate live circuit conditions. The qualifying performance standard for the equipment shall be the test criteria contained in the equipment technical requirements. 3.2.2.5 Fault isolation. Troubleshooting of electronic equipment and modules shall recognize the fault symptom, identify the circuit responsible, and isolate the defective component(s) or sub assembly. After a fault has been localized, but prior to corrective action, ascertain that the specific fault is actually the cause of the malfunction rather than a symptom of some other malfunction. The Contractor shall be responsive to the troubleshooting procedures as indicated in the applicable technical documentation or established test procedures. 3.2.2.6 Parts replacement. Selection of parts for replacement shall be as specified in 3.2.1.1. The criteria for parts replacement shall be in accordance with 3.1.2.b. 3.2.2.7 Marking - Contractor identification. The Contractor shall affix a permanent vendor identification decal that is traceable by the Coast Guard to the Contractor, date of repair and the contract under which the repair was accomplished. 3.2.3 Technical specifications. Except where otherwise indicated, the Coast Guard will not provide the current technical specifications, manuals, or other technical data or diagnostics for repair of the items covered by this specification. The Contractor is responsible for obtaining the required technical manuals or data. This information shall remain the property of the Contractor but must be available for inspection by the Coast Guard. 3.2.3.1 Repair diagnostics. The Contractor shall develop repair diagnostics and test procedures to effectively troubleshoot problems with the components and repair the components to meet the requirements of this specification. The diagnostics and test procedures shall be in accordance with current technical specifications (see paragraph 3.2.3). 3.2.4 Test and diagnostic equipment. The Contractor shall provide all test and diagnostic equipment required to repair and test the items during the repair process. 3.2.5 Documentation. All rework performed and parts replaced on each item shall be documented. The record sheet shall contain all operations, including; inspection, initial testing, probable cause of failure, repair, alignment, cleaning, final testing, and inspection that have been performed. 3.2.5.1 Test data record sheet. A record of the data obtained during tests performed (see 3.2.4) shall be made on a test data record sheet. The Contractor is responsible for preparing and maintaining the documents. A copy of the applicable test data record shall be included with each item. 4.VERIFICATION 4.1General. The Contractor shall maintain an inspection system in accordance with ANSI/ASQC-C1, which shall insure each item that is offered to the procuring activity for acceptance or approval conforms to contract requirements. The inspection system shall be documented and available for review and approval by the procuring activity. 4.2Responsibility for inspection. Unless otherwise specified in the contract or purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified, the Contractor may use his own or any commercial facilities acceptable to the Government. 4.2.1 Records. The Contractor shall maintain records of all inspections and tests. These records shall available for viewing upon request. 4.3Calibration. Test equipment utilized during repair shall be calibrated in accordance with ANSI/ASQC-C1-1996 using standards traceable to the National Bureau of Standards. 4.4Submission of test plans. Offerors shall submit test plans prior to award. Due to the complexity of the repair function required under this specification, the test plans are required by the Contracting Officer to ensure the offeror fully understands the scope of the repair prior to award 5.PREPARATION FOR DELIVERY 5.1Unit pack. All items repaired shall be individually packaged and returned in the same container that it was received in prior to induction. Remove any old markings and if applicable the CUA stickers from the containers prior to applying the new markings. A copy of the test data record sheet (see 3.2.5.1) shall be included in the container. In the event of loss or damage to the original container, the Contractor must provide an equal replacement container. 5.2Electronic parts susceptible to damage by environmental field forces. Sensitive electronic devices and other items susceptible to environmental field force damage (electrostatic fields, electromagnetic fields, or magnetic fields, or combinations of these fields) shall be protected in accordance with MIL-STD-2073-1D 5.3Intermediate and exterior packing. Unit packs shall be packed in exterior shipping containers, meet common carrier acceptance and provide safe delivery to destination. 5.4Marking. In addition to any special markings required by the contract or order, all interior packages and shipping containers shall be marked in accordance with MIL-STD-129 P Bar coding is required. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-29 (FEB 2009), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 811219 and the Small Business Size Standard is $7.0 M. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only L-3 Communications Corporation, and/or their authorized repair facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same within 14 calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized repair facility and verifying the OEM will supply only genuine OEM parts. Offers may be submitted on company letterhead stationary and must include the following Contract Line Items: (1) Loaded Labor Rate: $_____________ (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit). (2) Inspection Charge Per CONTROL-DISPLAY UNIT: _______HRS x $________ (Labor Rate) = $______________ (This price shall be the price the Government shall be obligated to pay if any Pump is determined to be beyond economical repair). (3) Repair Cost Per CONTROL-DISPLAY UNIT: _______HRS x $________ (Labor Rate) = $_________________ (This price shall be used for evaluation purposes and will be negotiated based on the inspection report.) (4) Preservation, packaging, and marking: $____________ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Repair Description.) (5) Mandatory Replacement Parts: $_______________ (Offeror shall list and price all replacement parts required for the standard overhaul for each unit as outlined in the attached Repair Description.) (6) Contingency Replacement Parts: $______________ (Offeror shall list and Price all replacement parts that maybe required outside the standard for each unit as outlined in the attached Repair Description. The Government anticipates a 10% chance that these contingency parts will be used in the overhaul.) (7) Replacement cost for new CONTROL-DISPLAY UNITS (if available): $_____________ (This price will be used by the government to determine if the unit is beyond economical repair) (8) FOB Origin or FOB Destination: ________________ (Offeror shall indicate shipping terms should a Purchase Order result from the quote.) Delivery to: USCG Surface Forces Logistics Center Receiving Building 88 2401 Hawkins Point Rd. Baltimore MD, 21226-5000 NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant Purchase Order. DELIVERY SCHEDULE The delivery schedule shall be as follows: Inspection Report(s) - 14 calendar days from the date Government-Furnished Material is received at the Contractor’s facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports Repair (when authorized) - 45 calendar days after receipt of Contracting Officer’s authorization to proceed TEST AND INSPECTION REPORTS In addition to the requirements identified in the Repair Description, all inspection reports must contain the following minimum information: (a) Actual number of labor hours, hourly rate, and total labor cost for each Pump. (b) List of all replacement parts required, including part numbers, unit prices, extended prices. (c) Any charges involved with long-term storage. (d) Price of new Item. (e) Serial Number of each Item. (f) Proposed delivery date for repaired Items. TESTS/INSPECTION - Any testing requirements identified in the Repair Description shall be witnessed by a Government Quality Assurance Representative. The Contractor shall notify the Contracting Officer fourteen (14) calendar days prior to being ready to final test and inspection. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: 1. a.) The total price of all line items shall be added to arrive at an evaluated total price. b.) Cost to ship GFP to contractors facility: (offerors to provide GFM ship to address) ____________________________________________ ____________________________________________ ____________________________________________ 2. Technical Capability. Offerors must be able to provide genuine Original Equipment Manufacturer (OEM) parts in a timely manner. Additionally, Qualified Technicians must be certified Technicians by the OEM. 3. Past Performance. a.) Past performance shall be evaluated on scope previous contracts completed during the past three years or currently in process for the same type of services that as are being solicited under this solicitation. Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. The Offeror shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. 4. Delivery Schedule (if applicable). The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror’s past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2009). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (Apr 2009)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); FAR 52.225-1, Buy American Act-Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.).; 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _______________, at ________ p.m. Eastern Standard Time. 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 forum. 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 in 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, FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-1FU007/listing.html)
 
Record
SN02050191-W 20100128/100126235001-136c4e4bbc57a2b3a99c7492f685f756 (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.