SOLICITATION NOTICE
J -- Overhaul various Actuators, Aircraft
- Notice Date
- 8/20/2012
- 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 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
- HSCG3812RH00011
- Archive Date
- 11/19/2012
- Point of Contact
- Denise P Hall, Phone: 252-334-5369, Danny R. Sawyer, Phone: 2523356291
- E-Mail Address
-
denise.p.hall@uscg.mil, danny.r.sawyer@uscg.mil
(denise.p.hall@uscg.mil, danny.r.sawyer@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Pre-Solicitation Notice and NOT a Request For Proposal (RFP) Solicitation. The U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) Long Range Surveillance Product Line, Elizabeth City, NC 27909 intends to solicit Proposals for the Overhaul of various air cooling duct Actuators that are used on the USCG HC-130H Aircraft. The Government anticipates award of a single Requirements Contract but may break out CLINs and award more than one contract if determined to be in the best interest of the Government. The Solicitation will be issued as a Request for Proposal (RFP) using the policies of FAR 12 in conjunction with FAR 15, and will be issued as a Total Small Business Set-aside. The Small Business Administration (SBA) establishes small business size standards on an -industry-by-industry basis. The North American Industry Classification System (NAICS) Code for this acquisition is 336413 and the size standard established by the SBA for this industry is 1000 employees. To be eligible for award as a small business, an offeror must represent in good faith that it is a small business at the time of its written representation for the NAICS 336413 industry. It is anticipated the contract will consist of a 12-month Base Period and four (4) 12-month Option Periods. Overhaul work shall be performed in accordance with Air Force Technical Orders (AFTO). The USCG does not maintain or release the technical documents. To obtain the necessary AFTOs contractors must be registered as a certified U.S. Contractor with the Defense Logistics Support Center (DLSC). It is anticipated the solicitation will require offerors to provide evidence of being registered with the DLSC and able to obtain the AFTOs. The following lists the Actuators to be overhauled including estimated annual quantities for each 12-month contract period and the applicable AFTOs required to overhaul the equipment: 1. Overhaul Actuator P/N: 34538-4 NSN: 1680-845-0699 (Head of the Family NSN) or P/N RYLC51047 NSN: 1680-01-221-8261 (Member NSN), or P/N 540538-2-1 NSN: 1680-00-973-4891 (Member). Overhaul in accordance with AFTO 8D1-27-3-13 Revision 1 Sep 2007 Chg 4-15 Jan 2012 and 8D1-27-3-14 Revision 15 May 2008 Chg 1-15 Jan 2012. The estimated Annual Quantity per contract period is 7 each. 2. Overhaul Actuator P/N 880T100 NSN 1680-00-073-8204 (Head of the Family NSN) or P/N L16-8-3 NSN 1680-00-720-5810 (Member NSN). Overhaul in accordance with AFTO 8D1-9-49-3 and 8D1-9-49-4 Revision 1 Sep 2007 Chg 3-15 Sep 2011. The estimated Annual Quantity per contract period is 38 each. 3. Overhaul Actuator P/N R5170M34-4 NSN: 1680-00-426-5616 (Head of the Family NSN) or P/N R5170M34-3 NSN: 1680-00-474-3300 (Member NSN). Overhaul in accordance with AFTO 8D1-19-4-3 Revision 1 Chg 15 Apr 2009 - 28 Apr 2009. The estimated Annual Quantity per contract period is 4 each. 4. Overhaul Actuator P/N A555-2A NSN: 1680-00-822-0171 (Head of the Family NSN) or P/N A555-2 NSN: 1680-00-580-0173 (Member NSN) or P/N C7041-2 NSN: 1680-00-981-7652 (Member NSN). Overhaul in accordance with AFTO 8D1-8-160-3 Revision 15 Jan 2009 Chg 2-15 Jan 2012. The estimated Annual Quantity per contract period is 6 each. 5. Overhaul Actuator P/N 8067-4A NSN: 1680-01-131-0902 (Head of the Family NSN) or P/N 487-4 NSN: 1680-00-705-9997 (Member NSN) or P/N 8067-2A NSN: 1680-01-009-8294 (Member NSN). Overhaul in accordance with AFTO 16G3-2-83-3 Revision 1 Mar 2009 Chg 3-1 Aug 2011. The estimated Annual Quantity per contract period is 3 each. 6. Overhaul Actuator P/N 8656M2 NSN: 1680-01-497-7142 (Head of the Family NSN) or P/N 880T100-3 NSN: 1680-01-329-7411 (Member NSN). Overhaul in accordance with AFTO 8D1-9-49-4 Revision 15 Mar 2010 Chg 1-15 Dec 2011 and 8D1-9-49-3 Revision 1 Sep 2007 Chg 5-1 Mar 2012. The estimated Annual Quantity per contract period is 4 each. The Actuators shown above in 1 and 2 are Flight Critical and will require an Airworthiness Certification for all overhauled equipment. The FAA Form 8130-3 or 8130-4 will be accepted but its specific use will not be required. The contractor shall be permitted to use an alternate form to certify airworthiness but shall use language and formats either the same or similar as used for commercial customers under FAA regulations. If the FAA Form 8130-3 or -4 is not used, offerors shall be required to describe how the Airworthiness Certification will be done, including format and language that will be used, and shall be required to include information on the individual(s) who will perform the airworthiness certification and their qualification to do so. Services shall be performed at the contractor owned and operated facility and the contractor shall provide all tools, equipment, personnel and other resources necessary for contact performance. It is anticipated the Service Contract Act of 1965 will apply to the resulting contract and Wage Determination with rates applicable to the place(s) of performance and effected contractor employees will be incorporated as a material part of the contract. The Solicitation will list the possible place(s) of performance identified and the applicable wage determination for each locality. The solicitation document will provide the Statement of Work with a description of performance requirements and estimated quantities for each contract period. The Solicitation will contain Instructions to Offers using FAR 52.212-1 provision which offerors will be expected to follow. Proposals will undergo an Initial Screening for compliance with the solicitation's Instructions. Proposals that do not comply with the Instructions will not move forward to the Evaluation Phase. The Solicitation will also contain the provision FAR 52.212-2 Evaluation- Commercial Items which will describe how Proposals will be evaluated. The Solicitation will contain a "Solicitation Compliance Matrix" to assist offerors in submitting a complete and compliant proposal. Proposals from large business firms will not be considered under this Small Business Set-aside procurement. The Solicitation Number will be HSCG38-12-R-H00011 which is the same number as this Notice. The solicitation package will be available for download/print on the Federal Business Opportunities website after the fifteen (15) advertising requirement for this Notice has been met. The point of contact for the procurement is Denise.P.Hall@uscg.mil, Contract Specialist. Questions or comments regarding this procurement shall be submitted in writing. Phone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG3812RH00011/listing.html)
- Record
- SN02846740-W 20120822/120820235630-147573643b896773d36d7c98eb32be77 (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 |