SOLICITATION NOTICE
16 -- FIRM FIXED PRICE FOR REPAIR OF 3 NOSE RADOMES
- Notice Date
- 12/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- 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
- HSCG38-13-Q-3000017
- Point of Contact
- Deborah J. Glass, Phone: 252-384-7184, Claudette Y Surrento, Phone: 252-335-6219
- E-Mail Address
-
deborah.j.glass@uscg.mil, Claudette.Y.Surrento@uscg.mil
(deborah.j.glass@uscg.mil, Claudette.Y.Surrento@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement will be satisfied using commercial acquisition procedures specified in FAR Parts 12 and 13. Solicitation number HSCG38-13-Q-300017 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 2005-62. This solicitation is issued as a total Small Business Set-side. All responsible sources may submit a quotation which shall be considered by the agency. The North American Industry Classification System Code is 336413 and the small business size standard is 1,000 employees. CLINS 1 through 3: Firm Fixed Price quotes are requested for the Repair of three (3) Nose Radomes, Part Number: 9805-23102-001: Description of the Requirement: The USCG will ship three (3) each Nose Radome, part number 9805-23102-001 to contractor facility to be repaired utilizing the current AFTO: T.O 1-1-24 (15 November 2002) Change 5 -1 June 2010 and Statement of Work (SOW) attached. Contractor shall repair and return to Coast Guard, Ready for Issue (RFI). Missing parts or parts found to be defective shall be replaced with new parts that meet or exceed the Technical order/ OEM specifications and drawings. These parts must be new condition only. Used, reconditioned, overhauled, or remanufactured material is not acceptable. This requirement is to be awarded to a responsible source that has access to original OEM parts and can provide traceability. The data rights to these components were not purchased with the aircraft nor are complete specifications and drawings for these components available to the Coast Guard. The contractor shall be either an FAA approved overhaul facility, OEM Certified facility or Air Force Certified facility. Air Force Technical Order (AFTO) The USCG does not own nor can it release the Air Force Technical Order (AFTO) necessary to perform the equipment overhaul work. The contractor must be able to obtain the AFTO including any applicable service bulletins. The Nose Radome are Flight Critical and serial number tracked. The contractor must be able to provide a Certificate of Conformance for each part repaired. Airworthiness Certification The equipment listed in the Schedule of Supplies/Services is classified as Flight Critical. The contractor shall certify all repaired and overhauled equipment to be Airworthy and suitable for installation on USCG aircraft. The contractor may use the FAA Form 8130 Airworthiness Certificate, however; use of this form is not required. The contractor may use an equivalent Airworthiness Certificate to certify the airworthiness of a repaired and overhauled component. An equivalent Airworthiness Certificate used for other Government agencies such as an Air Force Airworthiness Certificate or a contractor developed USCG approved or OEM Airworthiness Certificate that is equal to the FAA 8130 form is acceptable. Airworthiness Certifications shall only be performed by qualified individuals as qualified for commercial aviation industry under FAA Regulations. Delivery: 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 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 fastest traceable means. Shipping: Equipment shall be delivered to: USCG Aviation Logistics Center Receiving Section Bldg 63 1664 Weeksville Rd. Elizabeth City, NC 27909 *F.o.b. Destination quotes are preferred however an F.o.b. Origin, Freight Prepaid quote is acceptable. F.o.b. Origin, Freight Prepaid quotes MUST include an estimate of shipping costs which will be added to the price quote for price evaluation purposes to arrive at the total cost to the Government. The following FAR provisions and clauses are incorporated: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012) Quotations shall identify the solicitation number: HSCG38-13-Q-300017 and include the Offerors Cage Code. Contractors must be registered in SAM.gov. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities of CCR/FedReg, ORCA, and EPLS. Quotes must identify the manufacturer of the repair being quoted. Quotes may be submitted on company letterhead stationery indicating the National Stock Numbers, Nomenclatures, Part Numbers and Unit Pricing. FAR 52.212-2 Evaluation of Commercial (JAN 1999) 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 on Technical acceptability, past performance, and price. Technical Acceptability: Quotes must include copies of the following documents to be technically acceptable. 1) Copy of the latest known version AFTO cover sheet 2) Copy of a valid FAA Certification or an OEM Certification 3) Airworthiness Certificate equal/equivalent to the FAA 8130 form Past Performance: Past performance will be evaluated for the quality of the contractor’s performance, timeliness of delivery and customer satisfaction so that performance risk can be assessed. The government reserves the right to use past performance information obtained from other sources such as Contractor Performance Assessment Reporting System (CPARS) and Government personnel who are experience with the offerors performance. Price: Quotes shall be in the English Language, in U.S. Dollars and be firm fixed price. 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. F.o.b. Origin, Freight Prepaid quotes MUST include an estimate of shipping costs which will be added to the price quote for price evaluation purposes to arrive at the total cost to the Government. 52.212-3 Offeror Representations and Certifications—Commercial Items (Nov 2012) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.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 (Feb 2012) with the following addendum: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html. 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 52.222-49, Service Contract Act-Place of Performance Unknown (May 1989); FAR 52.246-4, Inspection of Services—Fixed-Price. (Aug 1996); FAR 52.246-15, Certificate of Conformance 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). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. (Nov. 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 (Aug. 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). 0 (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). 1 (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. 1 (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). 0 (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 0 (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). 0 (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 (JULY 2012). (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 (Nov. 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 (Nov. 2012) of 52.225-3. 0 (41) 52.225-5, Trade Agreements (Nov. 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 1 (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.] 1 (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 1 (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.). In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. Note: This clause will be completed at contract award. This clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage/Fringe Benefits TBDTBD (End of Clause) 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)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 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)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 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)). (x) 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 U.S.C. 351, et seq.). (xi) 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.). (xii) 52.222-54, Employment Eligibility Verification (JULY 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) The Closing date and time for receipt of quotations is: 24 December 2012 at 3:00 pm Eastern Time. Quotes may be submitted electronically to Deborah Glass at deborah.j.glass@uscg.mil. Questions regarding this solicitation must be submitted in writing to deborah.j.glass@uscg.mil no later than 24 December 2012 at 2:00 pm. Phone calls regarding this solicitation prior to its closing will not be accepted. Secondary point of contact is Claudette.y. Surrento@uscg.mil SERVICE CONTRACT ACT of 1965 COMPLIANCE AND PLACE(s) OF PERFORMANCE Services shall be performed at the contractor operated facility and the contractor shall provide all tools, equipment, personnel and other resources necessary for contract performance. It is anticipated the resulting contract will incorporate the Service Contract Act of 1965. The applicable Department of Labor Wage Determination for the place of performance will be incorporated and made a material part of the resulting contract. The contractor shall then be required to pay its employees the prevailing wages and benefits issued by the Department of Labor in the form of Wage Determinations during performance of the resulting contract. At this time the place of performance is unknown. The following possible places of performance have been identified with their applicable Wage Determinations listed below: a.Dallas County, TX Wage Determination 2005-2509, Rev. No. 13 Dated 06/13/12 b.Butler County, Kansas Wage Determination 2005-2215, rev. No. 14, Dated 06/13/12 c.Santa Clara County, Ca Wage Determination 2005-2061, Rev. No. 12, Dated 06/13/12 d.Henderson County, NC Wage Determination 2005-2389, Rev. No. 14, Dated 06/13/12 Wage Determinations are available on-line at http://www.wdol.gov at no cost to the public. Potential offerors can immediately obtain Wage Determinations for their locality. The Department of Labor’s (DOL) Wage Determinations OnLine website link for frequently asked questions is http://www.wdol.gov/faqs.aspx. The DOL website also provides assistance in choosing the applicable wage determination and provides automatic notifications for updates and/or changes to wage determinations. WHD Publication 1313 Notice to Employees Working on Government Contracts will be included in the resulting contract. The contractor shall be required to post this Notice along with a copy of the Wage Determination in a prominent, accessible place in the worksite before contract performance begins. This publication advises employees of the compensation (wages and fringe benefits) required to be paid or furnished under the Act and satisfies the notice requirements in paragraph (g) of the clause at 52.222-41, Service Contract Act of 1965. Failure to comply with this requirement is a violation of section (2)(a)(4) of the Act and of the resulting contract. Additional class of employees: In accordance with FAR 52.222-41 Service Contract Act of 1965, paragraph (c)(2)(i) the contractor shall be required to classify any class of service employee which is not listed in the wage determination and which is to be employed under the contract. The conforming procedure shall be initiated by the contractor prior to the performance of contract work by the unlisted class of employee. Chemical Agents and Processes for Depainting and General Cleaning of Aircraft and Aviation Products, to ensure they are as free as practicable of all hazardous dust to include hexavalent chromium, cadmium, lead, etc., prior to being returned 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). STATEMENT OF WORK 1.0 Scope. The U.S. Coast Guard (USCG) requires maintenance repair of the HC130H Nose Radome listed in the Schedule of Supplies/Services. The contractor shall be either an FAA approved repair facility, OEM Certified facility or Air Force Certified facility. Repair work shall be performed in accordance with the Technical Order ( TO ), latest revision for the following components: Items 1 – 3 HC130H Nose Radome P/N 9805-23102-001; NSN: 1560-01-HS1-4769 T.O. 4W1-1-24, 15 Nov 2002, Chg. 5, 1 June 2010 This is the latest known version of this T.O. The USCG does not maintain nor release the T.O.’s. The contractor must have access to the T.O.’s and be able to obtain current editions. The USCG will ship the components to the contractor’s facility to be repaired at the Firm Fixed Prices established in the Schedule of Supplies/Services. 2.0 Requirement. The contractor shall provide all parts, labor, tooling, test equipment and facilities necessary to repair the HC130H Nose Radome listed in the Schedule of Supplies/Services at the firm-fixed price established in the Purchase Order for each Line Item. The contractor shall perform a visual and technical inspection in accordance with the T.O. and correct all additional deficiencies found. This work shall include repair of all related components and include replacement of missing or broken parts and the removal of any foreign matter or corrosion. 2.1 Corrosion. USCG aircraft operate primarily around salt water, at low altitude, and are subject to corrosion. Therefore, corrosion should be expected and should be factored in the firm-fixed repair price. Should corrosion be found during initial inspection and functional testing, disassembly shall be made to the extent necessary to remove all corrosion or replace the part(s) affected. Corroded parts shall be replaced, except in those cases where removal of corrosion from parts will not impair efficiency or safe operation. Corrosion removal and treatment of affected areas shall be accomplished in accordance with the T.O. or best commercial practices if not addressed by the T.O. 3.0 Serviceable and Replacement Parts. Parts of a component found to be in a serviceable condition as a result of inspection and functional testing shall be re-used. Missing parts or parts found to be defective shall be replaced with new parts that meet or exceed the T.O. specifications. Only new replacement parts with traceability to the Original Equipment Manufacturer (OEM) are acceptable for this requirement. 4.0 Unusual Damage and Cannibalization. The firm fixed repair price established in the Schedule of Supplies/Services does not include components that have been severely damaged due to abuse, misuse, mishandling, crash damage, cannibalization of repairable components/assemblies or acts of God. Those components may be determined unusually damaged. The USCG will not authorize requests for over and above price requests for additional parts or labor when the above criteria are not met to the satisfaction of the USCG. When a component is processed for Unusual Damage Evaluation the contractor shall, within fifteen (15) working days of receipt of the equipment, submit to the Contracting Officer a written inspection condition report and a fixed price repair quote covering all parts and repairs needed to return the equipment to serviceable condition that meets all applicable T.O. specifications. The quote shall include a listing of the replacement parts and/or material required, the cost of each required replacement part, the number of labor hours and hourly labor rates, and the time needed to perform the repair and return the equipment to serviceable Ready-For-Issue (RFI) condition. The Contractor’s delivery obligation shall stop from the date of notification that an item has been determined to be a candidate for Unusual Damage Evaluation. Upon mutual agreement as to price and delivery, a modification to the Purchase Order will be issued to authorize repair work at the agreed upon terms or, if repair work is not desired by the Government, disposition instructions for the un-repaired equipment. 5.0 Flight Critical Equipment and Airworthiness Certification. Not Applicable. 6.0 Serial Number Tracked Equipment. Not Applicable. 7. 0 Contractor Verification of Components. Upon receipt of components the contractor shall verify part numbers and serial numbers on the components match exactly those on the Purchase Orders. The Contractor shall notify the Contracting Officer in writing of any discrepancies. The Government reserves the right to have discrepant equipment returned “as is”, therefore the Contractor shall not start work on discrepant equipment. Correction of discrepancies and/or disposition instructions will be provided via modification to the Purchase Order. 8.0 Product Quality Deficiencies Report (PQDR). Repaired components found to have deficiencies will be reported on the Joint Deficiency Reporting System as a Product Quality Deficiency Report (PQDR). The Government may return the equipment to the Contractor for investigation under a no-cost Purchase Order. 9.0 Requests for Government Furnished Material (GFM). Requests for GFM will be reviewed by the Government and a determination will be made to either furnish the requested material and adjust the monetary value of the Purchase Order as applicable or deny the request (per the conditions of paragraph 4). Requests for GFM shall be submitted in writing to the Contracting Officer with a brief narrative that supports the request. 10.0 Turn Around Time and Delivery Time. The required turn-around-time is ninety (90) days after receipt of material (ARM). Earlier delivery is desired if there are no extra charges to the Government. 11.0 Aircraft on Ground (AOG) and Work Stop (WS) Requirements. An AOG or WS situation necessitates a special schedule and requires accelerated repair completion and expedited delivery to the applicable U.S. Coast Guard Air Station. In the event an AOG/WS status occurs as a result of a lack of any of the components specified in the schedule, the Contractor will be notified by the Government in writing of the AOG/WS situation. The Contractor’s response shall provide 1) status of the component(s) needed to satisfy the AOG/WS condition that includes what USCG items in-house for repair are closest to completion under normal working conditions and 2) an estimate of the labor hours needed to accelerate work completion. The accelerated work will be authorized via a Purchase Order Modification in conjunction with mutually agreed upon prices, delivery, and shipping cost reimbursement for next day delivery to the applicable USCG facility. In the event of an AOG/WS situation, the Purchase Order and applicable Line Item Number will be modified as needed to reflect the USCG delivery address and the applicable USCG Requisition Number. The Contractor shall be required to ensure the Requisition Number is included on shipping documents/delivery tickets so that the Material Receipt can be processed by the applicable USCG receiving personnel. 12.0 Environmental Requirements. All parts must be thoroughly cleaned IAW applicable Component Maintenance Manuals or FAA Advisory Circular 43-205, Guidance for Selecting
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-13-Q-3000017/listing.html)
- Place of Performance
- Address: COMMANDING OFFICEER, AVIATION LOGISTICS CENTER, ELIZABETH CITY, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN02946855-W 20121213/121211234920-a467c2977c41d8dddd53541fc7d7c8e4 (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 |