Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
SOLICITATION NOTICE

16 -- SEASPRAY 7500E A-KIT

Notice Date
7/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
HSCG38-12-Q-300049
 
Point of Contact
Deborah J. Glass, Phone: 252-334-5472, Danny R. Sawyer, Phone: 2523356291
 
E-Mail Address
deborah.j.glass@uscg.mil, danny.r.sawyer@uscg.mil
(deborah.j.glass@uscg.mil, danny.r.sawyer@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 Subpart 12.6, as supplemented with additional information included in this notice. This requirement will be satisfied using Commercial Acquistion Procedures specified in FAR Parts 12 and 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number HSCG38-12-Q-300049 is assigned to this procurement for tracking purposes only and is issued as a Request for Quotation (RFQ). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-59. Total Small Business Set-Aside is dissolved. There is no reasonable expectation of obtaining quotes from two or more small business concerns. The North American Industry Classification System Code is 334511. Firm Fixed Price quotes are requested for the purchase of the following Seaspray 7500E A-Kit parts for C-130H Aircraft: CLIN 1: Electrical Install (Kit Drawing#: 17193020) 1 Each PART NUMBER: None CLIN 2: Radome, Scanner Mount (Kit Drawing#: 17002001 and 17002003) 1 Each PART NUMBER: None CLIN 3: ECS RACK, DPM KITS (Kit Drawing#: 17002005, 17002006, 17002007, and 17002009 PART NUMBER: None 1 Each CLIN4: Navigation Station (Kit Drawing#: 17002011, 17002012, and 17002013) PART NUMBER: None 1 Each Description of the Requirement: SELEX GALILEO is the sole source and original equipment manufacturer (OEM) of the Seaspray 7500E Sea Search Radar “A” Kit in support of the CGNR 1721. Cage Code: U6682 SELEX GALILEO is the original installer of the Seaspray 7500E Radar. See Statement of Work (SOW) attached for detailed information for Kit Parts. The Coast Guard does not own, nor can it provide drawings or technical data necessary to make parts in accordance with the original equipment manufacturer (OEM). Used, reconditioned, overhauled, or remanufactured material is not acceptable for this purchase. Required delivery is 45 days After Receipt of Order (ARO). Partial deliveries and earlier deliveries are acceptable at no additional cost to the Government. The actual delivery date will be established upon issuance of the purchase order. If the required delivery time frame of 45 days ARO cannot be met, quotes should reflect delivery dates or time frames the Government could expect shipment to occur ARO with shipment made fasted traceable means. Equipment will be shipped to the USCG Aviation Logistics Center (ALC), Bldg 63, Weeksville Rd., Elizabeth City, NC 27909. Inspection and acceptance will be performed by the USCG ALC receiving personnel for count, and condition. F.O.B. Destination quotes are preferred however an F.O.B. Origin, Freight Prepaid quote is acceptable providing the quote includes estimate shipping costs which will be used in evaluation of price to arrive at the total cost to the Government. Packaging and Marking: Packaging of the items for return shipment shall be in accordance with the contractor’s best commercial practices with the following exceptions: Each item or unit must be individually packed in a separate box, carton or crate. Each individual container shall be labeled on the outside with Purchase Order Number, Line Item Number, Nomenclature, Part Number, NSN, and Serial Number. The internal packaging material shall be sufficient to prevent damage during shipping, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one (1) year. The 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 material shall NOT consist of popcorn material, shredded paper, Styrofoam of any type or peanut packaging. Copies of packing slips shall be affixed to the outside of the shipping container. The following FAR provisions and clauses are incorporated: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008 The provision at FAR 52.212-2 Evaluation of Commercial Items is not applicable to this solicitation. In lieu of this provision the following evaluation procedures shall be used: Quotes will be evaluated and a purchase order will be issued to the lowest priced technically acceptable quote. Technical Acceptability: Quotes must identify the manufacturer of the product, (OEM) and must be able to provide Certificate of Conformance (COC) and traceability back to the OEM. Quotes that do not provide this information will be considered technically unacceptable. Price: Quotes shall be firm fixed price and include F.O.B. Shipping Terms. F.O.B. Origin, Freight Prepaid terms MUST include estimated shipping costs that will be included in the price evaluation to arrive at the total cost to the Government. Quotes shall also include applicable payment terms and payment discounts which will be used only for payment of invoice purposes. Payment discounts are not evaluated as part of the price evaluation. Quotations shall identify the solicitation number HSCG38-12-Q-300049 and include the contractors Cage Code. Contractor’s must be registered in CCR. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011); An Offeror shall complete only paragraph (b) of this 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 (c) through (o) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010) with the following addendum: FAR 52.211-14, Notice of Priority Rating for National Defense Use, Emergency Preparedness, and Energy Use Program (Apr 2008); DO-A1 Rated Order FAR 52.214-34, Submission of Offers in English Language (Apr 1991); FAR 52.214-35, Submission of Offers in U. S. Currency (Apr 1991); FAR 52.246-2 Inspection of Supplies-Fixed Price (Aug 1996) FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (Apr 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). Full text of provisions and clauses may be accessed electronically at https://www.acquisition.gov/far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (May 2012) (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: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 0Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] 0 (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 0 (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 0 (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 0 (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 0 (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5). 1 (6) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). 0 (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matter (JAN 2012)(41 U.S.C. 2313). 0 (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, and section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub L. 110-161). 0 (9) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). 0 (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 0 (11) [Reserved] 0 (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 0 (ii) Alternate I (Nov 2011) of 52.219-6. 0 (iii) Alternate II (Nov 2011) of 52.219-6. 0 (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). 0 (ii) Alternate I (Oct 1995) of 52.219-7. 0 (iii) Alternate II (Mar 2004) of 52.219-7. 0 (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 0 (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). 0 (ii) Alternate I (Oct 2001) of 52.219-9. 0 (iii) Alternate II (Oct 2001) of 52.219-9. 0 (iv) Alternate III (Jul 2010) of 52.219-9. 0 (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). 0 (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 0 (18) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 0 (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). 0 (ii) Alternate I (June 2003) of 52.219-23. 0 (20) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 0 (21) 52.219-26, Small Disadvantaged Business Participation Program— Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 0 (22) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). 1 (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 0 (24) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). 0 (25) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Nov 2011). 1 (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 1 (27) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 1 (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 1 (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 0 (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 1 (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 0 (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 0 (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 0 (34) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 0 (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) 0 (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) 0 (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). 0 (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). 0 (ii) Alternate I (DEC 2007) of 52.223-16. 1 (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 1 (39) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). 0 (40)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42 ). 0 (ii) Alternate I (Mar 2012) of 52.225-3. 0 (iii) Alternate II (Mar 2012) of 52.225-3. 0 (iv) Alternate III (Mar 2012) of 52.225-3. 0 (41) 52.225-5, Trade Agreements (May 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 0 (42) 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). 0 (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). 0 (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). 0 (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 0 (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 1 (47) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 0 (48) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 0 (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). 0 (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 0 (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). 0 (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] 0 (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 0 (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.). 0 (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 0 (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 0 (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 351, et seq.). 0 (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.). 0 (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). 0 (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (End of clause) HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006) (a) Prohibitions. entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. 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 national security. (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, 6 U.S.C. 395, 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 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, 6 U.S.C. 395(b)(1). (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 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 the Homeland Security Act, 6 U.S.C. 395(b) 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. The offeror under this solicitation represents that [Check one]: 0 it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; 0 it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or 0 it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) The Closing date and time for receipt of quotations is: 31 July 2012 at 3:00pm Eastern Time. Quotes may be submitted electronically to deborah.j.glass@uscg.mil. Questions regarding this solicitation must be submitted in writing to deborah.j.glass@uscg.mil or Danny.r.sawyer@uscg.mil no later than 31 July 2012 2:00pm Eastern Time. Phone calls regarding this solicitation will not be accepted. 1. SCOPE This SOW provides for the manufacture one (1) Seaspray 7500E Sea Search Radar “A” Kit in accordance with the applicable drawing numbers identified in U.S. Coast Guard Special Compliance Technical Order, SCTO HC-130H T93130. The information contained in the statement of work is not intended to be all-inclusive nor to detract from procedures or information outlined in the Original Equipment Manufacturers (OEM) specification and drawings except where noted herein. It is the Coast Guards intent to provide some of the “A” Kit material identified in the SCTO, HC-130H T93130. This material is defined as Government Furnished Material (GFM) and is listed in Paragraph 3. The materials provided for by the Coast Guard and the vender will constitute a 100% complete Seaspray 7500E Sea Search Radar “A” Kit. The contractor shall provide all necessary parts, material, labor, tooling and facilities required to manufacture these materials. The work shall be in accordance with the SCTO HC-130H T93130 and the OEM specifications and drawings; the latest change revision shall apply. All materials shall be in new condition. Each item shall be individually packaged and labeled with the part number and nomenclature. Only then can they be combined into the kit for packing IAW Paragraph 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. At the time of each delivery for supplies under this contract, the contractor shall prepare and furnish to the Coast Guard a properly completed DD Form 250 Material Inspection and Receiving Report or Commercial Bill of Lading along with a Certificate of Conformance (COC). The packaging slip shall include the following information: (1) National Stock Number, (2) Part Number, (3) Nomenclature, (4) Serial Number, (5) Contract Number, (6) Task/Delivery Order Number, (7) Line Item Number, and (8) Quantity. One copy of the packaging slip shall be submitted with the shipment and shall be attached to the outside of the shipping carton. Final inspection shall be performed by Certificate of Conformance (COC) and acceptance performed by USCG Quality Assurance (QA). Inspection and Acceptance shall be in accordance with 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010). The F.O.B Point for shipments under this contract is F.O.B. Destination. 2. REQUIREMENTS The following material shall be provided in accordance with the assigned drawings as indicated in SCTO HC-130H T93130 or the latest revision of the OEM Drawings and specifications. Kit Drawing number 17002001 QTYPART NUMBERNOMENCLATURE 217002001-1Bulkhead Adapter 217002001-3Fan Adapter Ring 217002001-5Retainer Assembly Kit Drawing number 17002003 QTYPART NUMBERNOMENCLATURE 117002003-1Adapter Plate 117002003-11Diagonal 117002003-12Diagonal, Opposite 117002003-13Top Shear Panel 117002003-15Top Plate 117002003-17Brace 117002003-18Brace, Opposite 117002003-19Bracket 117002003-21Clip 117002003-22Clip, Opposite 117002003-23Clip 117002003-24Clip, Opposite 117002003-25Clip 117002003-26Clip, Opposite 117002003-27Angle 117002003-29Angle 117002003-3Support Arm 117002003-30Support Arm, Opposite 117002003-31Angle 117002003-33Tee 117002003-35Filler 117002003-37Doubler 117002003-39Filler 117002003-4Filler, Opposite 117002003-41Gusset 117002003-42Gusset, Opposite 117002003-43Stand Off 117002003-5Fitting 117002003-6Fitting, Opposite 117002003-7Bottom Shear Panel 117002003-9Channel Kit Drawing number 17002005 QTYPART NUMBERNOMENCLATURE 117002005-1Shelf 217002005-3Tube 817002005-5Gusset Kit Drawing number 17002006 QTYPART NUMBERNOMENCLATURE 217002006-1Processor Mounting Support Assembly Kit Drawing number 17002007 QTYPART NUMBERNOMENCLATURE 217002007-5Mounting Support Kit Drawing number 17002009 QTYPART NUMBERNOMENCLATURE 117002009-1Adapter rack Assembly 117002009-21Mounting Support Assembly 317002009-3Support rail Assembly Kit Drawing number 17002011 QTYPART NUMBERNOMENCLATURE 117002011-15Bracket Assembly 117002011-23Frame 217002011-5Support Rail Kit Drawing number 17002012 QTYPART NUMBERNOMENCLATURE 117002012-1Radar Control Panel Assembly Kit Drawing number 17002013 QTYPART NUMBERNOMENCLATURE 117002013-1USB Panel Assembly 117002013-17Blank Panel Assembly 117002013-29Cover Plate Assembly 117002013-5System Interface Panel Assembly 117002013-9GPS Panel Assembly Kit Drawing number 17002020 QTYPART NUMBERNOMENCLATURE 117002020-1Placard 117002020-3Placard 117002020-5Placard 117002020-7Placard 117002020-9Placard 117002020-11Placard Kit Drawing number 17002026 QTYPART NUMBERNOMENCLATURE 117002026-11Panel 117002026-19Blank panel Assembly 117002026-29Rack Assembly 117002026-3Panel Assembly Kit Drawing number 17003020 QTYPART NUMBERNOMENCLATURE 117003020-1Cable Harness Assembly 117003020-3Cable Harness Assembly 117003020-5Cable Harness Assembly 117003020-7Cable Harness Assembly 117003020-9Cable Harness Assembly 117003020-13Cable Harness Assembly 117003020-15Cable Harness Assembly 117003020-19Cable Harness Assembly 117003020-21Cable Harness Assembly 117003020-23Cable Harness Assembly 117003020-25Cable Harness Assembly 117003020-27Cable Harness Assembly 117003020-29Cable Harness Assembly 117003020-33Cable Harness Assembly 117003020-37Cable Harness Assembly 117003020-39Cable Harness Assembly 117003020-WG1Wire Group 117003020-WG2Wire Group 117003020-WG3Wire Group 117003020-WG4Wire Group 117003020-WG5Wire Group 117003020-WG6Wire Group All Electrical Harnesses will be terminated with an electrical connector or plug on one side only. Each harness will be manufactured with a minimum of two feet of extra wiring due to potential wire routing issues during installation. The associated connector/plug and pins will be marked and packaged with the cable harness assembly for ease of installation. Kit Drawing number 17007002 QTYPART NUMBERNOMENCLATURE 117007002-1Processor Mounting Rack Miscellaneous QTYPART NUMBERNOMENCLATURE 1SCA19532-01GPS Rack Assembly Note: Additional material indicated by drawings NOT described herein by part number shall be included as part of the complete “A” Kit. 3. GOVERNMENT FURNISHED MATERIAL The following Seaspray 7500E Sea Search Radar “A” Kit material identified in U.S. Coast Guard Special Compliance Technical Order, SCTO HC-130H T93130 will be EXCLUDED from this requirement. The combined material provided for by the vender, Selex Galileo, and the GFM provided for by the Government will constitute a 100% complete Seaspray 7500E Sea Search Radar “A” Kit. Government Furnished Material (GFM). QTYPART NUMBERNOMENCLATURE 13985-43100GPS Receiver 1AISAB-110-90AIS Transceiver 1RJS-BKN-9ES1-704-CAPSEthernet Router 13985-45500Antenna Test Sensor 2K5890121KDisplay Power Module (DPM) 2K9345042Radar Display module (RDM) 1B-USBID-XROHS REV ATrackball 1PANL-1587-03-01-55Keyboard 2G0037096USB Stick 1LNFA1X4NGPS Antenna Splitter 13403.17.0045GPS Lightning Arrestor 13985-43047Blackout Curtain 326974000Fan AR9023Radar Absorption Material ARMIL-PRF-81733DSealant ARRTV3145RTV Sealant ARA-A-2231Duct Tape ARMS20995C32Safety Wire 0.032-inch ARMS20995C20Safety Wire 0.020-inch 4. PACKAGING INSTRUCTIONS USCG ALC 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, handling, shipping, and transportation procedures shall be in accordance with ASTM D3951-98 (Reapproved 2004) Standard Practice for Commercial Packaging (latest change revision shall apply). If commercial practices cannot adequately protect and preserve the equipment, the contractor shall package, handle, ship and transport equipment in accordance with MIL-STD-2073-1D Standard Practice for Military Packaging dated December 15, 1999 (latest change revision shall apply). Packaging material SHALL NOT consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Each component shall be individually packed. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Purchase Order Line Item Number. Packing List and Certification/Documentation shall be placed on the outside of individual containers. The internal packing material shall be sufficient to prevent damage during shipment, handling, and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. 5. ENVIRONMENTAL REQUIREMENTS All parts must be thoroughly cleaned and as free as practicable of all hazardous dust to include hexavalent chromium, cadmium, lead, etc., prior to being shipped to ALC. ALC may take random samples of parts to ensure they are free as practicable of all hazards. Information on these hazards can be found in Occupational Safety and Health Standards 1910.1025 (lead), 1910.1026 (Hexavalent Chromium) and 1910.1027 (Cadmium). Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by FAR 6.3 and in accordance with requirements of FAR 6.303-1, the justification for the use of the statutory authority under FAR 6.3 is justified by the following facts and rationale required under FAR 6.303-2 as follows: (1) Agency and the Contracting Activity. U.S. Coast Guard, Aviation Logistics Center (ALC), HC-130H Contract Section, Elizabeth City, North Carolina, proposes to enter into a contract on a basis other than full and open competition. (2) Nature and/or description of the action being approved. Approval is requested to purchase, on a sole source basis, one (1) Seaspray 7500E Sea Search Radar “A” Kit from Selex Galileo, Ltd. in support of the CGNR 1721. Selex Galileo is the Original Equipment Manufacturer (OEM) of the Seaspray 7500E Sea Search Radar and its associated system components. Selex Galileo was the original installer of the Seaspray 7500E Radar “A” Kit on the HC-130H aircraft for the USCG. These services were performed at Selex Galileo in Stennis Mississippi. This same facility will be providing the Seaspray 7500E “A” Kit for this requirement. As the Aviation Inventory Control Point (AICP), ALC must provide effective supply support for all Coast Guard aviation systems, to include repair, overhaul, maintenance, and modification of these systems. The Seaspray 7500E Radar is a key component of the HC-130H aircraft for surveillance, classification, identification and prosecution in support of the fourteen congressionally mandated missions, training, and national emergency response operations. The procurement and installation of the “A” Kit is vital to the successful implementation of our newest Coast Guard HC-130H asset. The proposed contract type is a firm-fixed price purchase order and the vendor is: Selex Galileo, Ltd. 2 Crewe Road North Edinburgh, UK EH5 2XS (3) Description of the Supplies/Services. Inventory purchase of the following: ITEMDISCRIPTIONKIT NUMBERPRICE 1Electrical Install Kit17193020$81,553.00 2Radome Scanner Mount, Pressure Feed thru, and Cooling Duct Kit17002001, 17002003$29,793.00 3ECS Rack, DPM Kit17002005, 17002006, 17002007, 17002009$29,707.00 4Navigation Station Kit17002011, 17002012, 17002013$29,707.00 Total$170,760.00 The estimated value of the contract/Purchase Order is $170,760.00 (4) Identification of the justification and the rational. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 entitled “Only one responsible source or a limited number of responsible sources and no other type of supplies or services will satisfy agency requirements”. (5) Demonstration that the nature of the acquisition require use of the authority cited. The material to be procured or supplied to the USCG by Selex Galileo are proprietary and are used solely with and for the Seaspray 7500E Sea Search Radar System. Due to the proprietary nature of the technical information and drawings required to support this system, no other sources have been identified capable of supplying the required material. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. The proposed contract action is in accordance with FAR 5.2. This requirement will be advertised for the maximum time required to ensure that all potential sources have been solicited and/or identified by the U.S. Coast Guard. (7) Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. It is the Contracting Officer’s opinion that price ultimately negotiated for this procurement will be determined fair and reasonable based on comparisons with historical pricing and the Independent Government's Estimate in accordance with FAR Part 15.4. (8) Description of the market research. The following market research was conducted: the Coast Guard's Aviation Maintenance Management Information System (AMMIS) was checked. This is a database that provides historical data for all parts purchased and/or repaired by ALC. This database includes, but is not limited to, part number, nomenclature, purchase/ delivery order number and historical pricing data. As part of the requirements package, a copy of all AMMIS data is included to support the independent Government estimate. Federal Logistics (FEDLOG) is a federally supported program which lists all manufacturers/suppliers by cage code. This program provides a valuable tool for supplier information and is utilized by requirements personnel to determine if alternate sources of supply exist. Information is accessed by National Stock Number, Nomenclature, item name, supplier name, and cage code. FEDLOG was unable to provide any information on the Seaspray 7500E Sea Search Radar “A” Kit supplied by Selex Galileo. Another source used was the inventory locator known as ILS. This website is used to locate hard to find parts and identify repair and overhaul sources. ILS did not identify any additional sources for the material identified as required. The only information available was from the original installation contract HSCG38-05-D-H00009. No other information was discovered using the other government resources listed above. A full internet search was conducted resulting in no information being provided. The independent government estimate was established using contact data from HSCG38-05-D-H00009 and like materials located in FEDLOG. Market surveys are continually conducted to identify new sources of supply for the HC-130H components and spare parts. (9) Any other facts supporting the use of other than full and open competition. The Coast Guard does not own the necessary manufacturing data required to properly compete the Seaspray 7500E Sea Search Radar “A” Kit components. The drawings and technical data are proprietary and available only from the original equipment manufacture. The Coast Guard did not purchase the rights as part of the original acquisition. Presently the Coast Guard is not planning to obtain the data rights, and/or drawings because of a variety of financial and technical ramifications. Therefore, it would be difficult to take steps to foster competition. The manufacturing, performance and acceptance data are proprietary and the USCG does not have adequate technical descriptions to support this product. This requirement is necessary in order for the USCG to maintain its capability to adequately support the deployed aircraft and carry out its operational missions. (10) A listing of the sources, if any that expressed in writing, an interest in the acquisition. In accordance with FAR 5.102 and 5.201, the intent to contract for this product will be posted to FEBizOpps. (11) A statement of the actions. As the Aircraft Inventory Control Point (AICP), ALC is tasked with supporting the systems that have been deployed for use in the aviation community. This includes the purchase of inventory spares, modification or overhaul of aircraft. As well as all necessary repairs as required. Due to the nature of some of these systems, utilizing the fare and open competition process in support of these systems is not possible due to propriety concerns. In the manufacturing, repair, and/or overhaul of systems, sometimes the original equipment manufacture (OEM) is the only source available to perform these tasks. As the Aircraft Inventory Control Point (AICP), ALC is continually performing market research for repair facilities capable of supporting Coast Guard aviation systems. Members of the LRS Product Line attend aviation trade shows, conduct extensive Internet database research using several internet tools available to the government, such as, the ILS, Thomas Net, and other commercial and government sites. (12) Contracting Officer’s Certification. I certify that the data supporting the recommended use of other than full and open competition is accurate and complete to the best of my knowledge and belief. __________ _____________________________ Danny Sawyer DATE Contracting Officer (13) Technical/Requirements Personnel Certification. I certify this requirement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is accurate and complete. ________ __________________________ Mr. John TurmelleDATE Avionics Inventory Manager (14) Legal Review and Concurrence: I have reviewed the justification and deemed it legally sufficient.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-300049/listing.html)
 
Place of Performance
Address: Commanding Officer, Aviation Logistics Center, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02814859-W 20120727/120725235855-fe38f42cd35787b8e99823296f52b6c8 (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.