SOLICITATION NOTICE
16 -- Repair and modification of Inertial Nav Units
- Notice Date
- 8/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-11-Q-S00160
- Point of Contact
- Brandy Gordon, Phone: 252-335-6713
- E-Mail Address
-
Brandy.L.Gordon@uscg.mil
(Brandy.L.Gordon@uscg.mil)
- Small Business Set-Aside
- N/A
- 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. The U.S. Coast Guard (USCG), Aviation Logistics Center (ALC), Medium Range Recovery (MRR) Contracting Branch, intends to issue a firm fixed price purchase order using the procedures of FAR Part 12 and Part 13. This announcement constitutes the only solicitation; firm-fixed-price quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-11-Q-S00160 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable North American Industry Classification Standard Code is 334290. The small business size standard is 750 employees. This is an unrestricted solicitation. The proposed sole source contractor is Honeywell (0BFA5). Schedule of Supplies/Services Description 1. Repair Inertial Nav Unit Qty 6 Each P/N: 34201700-3M13 NSN: 6605-01-HS1-4577 Required Delivery: August 15, 2012 2. Modify Inertial Nav Unit Qty 6 Each P/N 34201700-3M13 Required Delivery: August 15, 2012 3. Scrap fee. Should any of the repairable 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 scrap rate charge specified in the award document. Statement of Work (Repair and Modification) 1. Repair and Modification. EGIs, NSN: 6605-01-HS1-4577, P/N: 34201700-3M13, to be repaired and modified to NSN: 1680-01-HS1-9691, P/N: HG9869K1-001, components furnished hereunder and approved for repair and modification shall be returned to the Government in an airworthy condition and in all respects suitable for installation in USCG aircraft. Component shall be repaired and modified in accordance with Federal Aviation Regulation Parts 43 and 145, all current applicable OEM Component Maintenance Manuals or alternate standard approved in writing by USCG Engineering. Components shall be repaired and modified to correct specific faults/discrepancies noted on the NRFI tag. Repair shall include the replacement of broken parts and the removal of any foreign matter or debris. Corroded parts shall be replaced, except in those cases where removal of corrosion from a part will not impair the efficiency or safe operation of the part, unless otherwise directed by the technical directives specified. Corrosion removal and treatment of affected areas shall be accomplished in accordance with the Component Maintenance Manuals. Replacement parts found to be defective shall be replaced as specified in the OEM manuals or as otherwise authorized in writing by the Contracting Officer. Replacement parts shall be factory new. 2. ALC considers components Ready-for-Issue (RFI) and ready for installation upon acceptance. Components determined to be Non-RFI upon installation may be returned to the contractor for a no-cost evaluation with deficiencies described in a Quality Deficiency Report (QDR). Invoices will be submitted in accordance with each CLIN listed on the Purchase Order. 3. ACMS tracking is applicable to this firm-fixed price repair contract. The ACMS is a computerized system used to record maintenance of aircraft components and assemblies. The contractor's responsibilities with ACMS consist of submission of required forms as outlined herein. All components are serial number tracked and shipped to the contractor's facility with a Significant Component History Record (SCHR) and a component repair report (CRR). The contractor shall verify the SCHR and CRR for each component and ensure they correspond with the part number and serial number. All discrepancies shall be reported to the Contracting Officer prior to performance of work. The contractor shall complete the CRR. The original copy of the CRR shall be mailed to Engineering Services Division, ACMS Tracking, Bldg. 78, Aviation Logistics Center, Elizabeth City, NC 27909-5001 and a copy shall be shipped with the repaired component. The contractor shall maintain a copy of each complete CRR for a period of ninety (90) days. 4. The Coast Guard desires early deliveries therefore early shipments are encouraged as long as no additional costs are incurred by the Coast Guard. All requests for time extensions shall be in writing and shall include substantiation of the need for such time extension(s) in accordance with FAR 52.212-4 (f) excusable delays. If nonperformance is not covered by an excusable delay the contractor and the Contracting Officer shall negotiate the consideration for the approval of the extended delivery date at which time a modification to the task order will be issued to reflect the consideration and the extension. 5. Qualification/Certification Requirements. The contractor shall provide an airworthiness certificate (FAA Form 8130-3 or alternate approved by ALC Engineering) for each component repaired. The certificate must be signed and dated by an authorized representative of the approved repair station. If the contractor cannot provide an airworthiness certificate, the alternate ALC Engineering approved document is the Certificate of Conformance. CERTIFICATION AND DOCUMENTATION REQUIREMENTS 1. Services shall be performed only by Federal Aviation Administration (FAA) or OEM approved or USCG-approved contractors. The contractor shall submit copies of certifications to the Contracting Officer for approval prior to execution of any contract/order award. Note: The contractor's FAA certification must reflect authorization to repair the exact category for the components specified in the schedule. 2. The contractor shall provide an airworthiness certificate (FAA Form 8130-3 or alternate approved by ALC Engineering) or a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. Certificate of Conformance must be submitted in the format specified in the clause. Offerors shall be able to provide necessary certifications including traceability to the OEM to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. These units are serial number tracked and require documentation of repair actions. The contractor is required to notify the contracting officer of the following: date component(s) received, serial number(s) received, and any discrepancy in part number. APPLICABLE CLAUSES 1. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) applies to this requirement. The contractor is required to identify the labor categories applicable to the work identified by this SOW. The applicable wage determination will be provided as part of any resulting order. It is presumed that pricing submitted in response to this SOW considers the wage rates for the contractor's specific location. The wage determination can be downloaded at http://www.dol.gov. The USCG does not own specifications, plans, tooling, or drawings and no other technical data will be included in this solicitation. All responsible sources may submit an offer for quantities listed or quantity price breaks which shall be considered by the agency. DELIVERY: The required delivery date is 15 August 2012. Earlier deliveries are desired and will be accepted. FOB Destination is requested as the FOB point. Deliver to USCG Aircraft Logistics Center, Receiving Section, Bldg 63, Elizabeth City, NC 27909-5001. PACKAGING AND MARKING: USCG Aviation Logistics Center is a supply depot; therefore, material will be stored and transshipped to various users. The container shall be packed and labeled suitable for shipment via land, air or sea. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Packaging material shall not consist of the following: popcorn, shredded paper, styrofoam of any type, or peanut packaging. 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 and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Items must be 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, Nomenclature, Quantity, Purchase Order Number, and Line Item Number. Packing List and Certification/Documentation shall be placed on the outside of individual containers. Bar coding is authorized but not required. Offers shall be able to provide necessary certifications including traceability to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. INSPECTION AND ACCEPTANCE: Shall be performed at destination by ALC's Receiving Section. INTERESTED PARTIES: All responsible sources may submit an offer which shall be considered by the agency. All interested parties must have a DUNS number, a Taxpayer Identification Number, and be registered in the Central Contractor Registration (CCR) at www.ccr.gov. Only vendors registered in CCR can be awarded a contract. Offerors shall be registered in the Online Representations and Certifications (ORCA) website at http://orca.bpn.gov or include a completed copy of the provision FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATONS COMMERCIAL ITEMS, with their proposal. FAR 52.212-3 can be found at http://acquisition.gov/comp/far/loadmainre.html. Interested parties must evidence capability to repair and modify specific items referenced herein and access to all OEM specifications and manuals. FAR 52.246-15 Certificate of Conformance (APR 1984) (a)When authorized in writing by the cognizant Contract Administration Office (CAO), the Contractor shall ship with a Certificate of Conformance any supplies for which the contract would otherwise require inspection at source. In no case shall the Government's right to inspect supplies under the inspection provisions of this contract be prejudiced. Shipments of such supplies will not be made under this contract until use of the Certificate of Conformance has been authorized in writing by the CAO, or inspection and acceptance have occurred. (b) The Contractor's signed certificate shall be attached to or included on the top copy of the inspection or receiving report that is distributed to the payment office. It may also be attached to the CAO copy when contract administration (Block 10 of the DD Form 250) is performed by the Defense Contract Management Agency. In addition, a copy of the certificate shall also be attached to or entered on copies of the inspection or receiving report accompanying the shipment. (c) The Government has the right to reject defective supplies or services within a reasonable time after delivery by written notification to the Contractor. The Contractor shall in such event promptly replace, correct, or repair the rejected supplies or services at the Contractor's expense. (d) The certificate shall read as follows: "I certify that on ________________ [insert date], the _________________________ [insert Contractor's name] furnished the supplies or services called for by Contract No. ___________________________ via ________________________[Carrier] on __________________________ [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification [part number], and are in the quantity shown on this or on the attached acceptance document. Date of Execution: __________________________________________________________ Signature:___________________________________________________________________ Title:_______________________________________________________________________" FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) is tailored as follows: Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items. 52.204-7 Central Contractor Registration (Apr 2008) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representations (May 2011) 52.216-23 Execution and Commencement of Work (Apr 1984) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (May 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (21) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 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.). 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. The closing date for receipt of quotes is August 26, 2011 at 3:30 pm EDT. Anticipated award date is no later than September 12, 2011. Quotes are to remain effective for 60 days after close of solicitation. Offers may be submitted on company letterhead via email or fax. Contact is Brandy Gordon at Brandy.L.Gordon@uscg.mil with questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-S00160/listing.html)
- Place of Performance
- Address: United States Coast Guard, Aviation Logistics Center, Medium Range Recovery Contracting Branch, Elizabeth City, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN02546254-W 20110825/110824000432-a9740c9246a2e976dbfde83541cc3594 (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 |