Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2013 FBO #4081
SOLICITATION NOTICE

J -- CT7-9C3 ENGINE REPAIR

Notice Date
1/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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-R-010020
 
Archive Date
2/23/2013
 
Point of Contact
Catalin M. Parfenti, Phone: 2523356143, David E. Tanner, Phone: 2523356412
 
E-Mail Address
Catalin.M.Parfenti@uscg.mil, David.E.Tanner@uscg.mil
(Catalin.M.Parfenti@uscg.mil, David.E.Tanner@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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Proposal (RFP) HSCG38-13-R-010020 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-64. The North American Industry Classification System (NAICS) code is 488190. The small business size standard is $30.0 million. Anticipated award date is May 19, 2013, however this is an estimate and not an exact date. The United States Coast Guard (USCG) anticipates award of a Firm-Fixed Price contract. The USCG intends to negotiate and award of a Firm Fixed Price contract to the Original Equipment Manufacturer (OEM), General Electric (GE) Corporation (CAGE 99207), 1000 Western Avenue, Lynn, Massachusetts, 01905-2655. All responsible sources may submit a proposal which shall be considered by the Coast Guard. This requirement consists of the following: CLIN 1 CT7-9C3 Engine Power Unit, Engine Analysis/Engine Repair Services NSN 2840-01-HS2-4327, P/N 6058T83G01, S/N E981077 ***The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. *** Interested vendors submitting a proposal shall include the following information with their proposal package: 1. Performance Work Statement including the following: Federal Aviation Administration (FAA) Authorization Repair Center Certification, OEM Authorization (if applicable), DOT Authorization (if applicable). 2. Technical Data Package including the following: Component Maintenance Manuals (CMMs, if NOT the OEM; provide agreement or method of obtaining maintenance manuals, revisions or service bulletins), Capability List. 3. Quality Certifications including the following: Quality Manual, ISO Certification. 4. Relevant Past Performance information (POC, Phone Number, email). If there have been any Government contracts, provide the contract number, services provided. 5. Cage Code, DUNS number, Tax ID, Business size, Minority Classification (if applicable). 6. Warranty (if applicable). 7. FOB Point. 8. Firm Fixed Price Proposal - the offeror shall submit a proposal including the requested information for other than cost or pricing data. 9. Delivery schedule proposed in calendar days. STATEMENT OF OBJECTIVES (SOO) 1.0 BACKGROUND 1.1 The Coast Guard currently operates thirteen HC-144A Maritime Patrol Aircraft, each powered by two CT7-9C3 turboprop engine power units. The aircraft Original Equipment Manufacturer (OEM) is AIRBUS MILITARY (formerly EADS CASA), Seville, Spain and the CT7-9C3 turboprop engine power unit OEM is General Electric Corporation, Aviation Division, Lynn, MA. These aircraft including the engines are procured under the authority of the Coast Guard Aviation Program Management Office. While the base CASA CN-235-300M aircraft provides the foundation for the Coast Guard HC-144A, changes to base aircraft configuration and the addition of supplementary systems have been combined resulting in a CG01 version of the CN-235-300M. The end state for the fleet size is still under review but could include as many as 36 assets. The projected number of Coast Guard assets over the next five years includes up to twenty operational HC-144A aircraft with each averaging 1200 flight hours annually. 1.2 The HC-144A aircraft with the CT7-9C3 engine power units are operated differently from general aviation in support of the Coast Guard search and rescue missions, as well as surveillance and reconnaissance missions. On April 14, 2012, during a night flight, the Coast Guard unit reported the 2310 HC-144A aircraft, #1 engine chip light illuminated 5.3 hours into fight. The aircraft returned to home station and the engines were secured. The CT7-9C3 engine power units were inspected by the Coast Guard personnel in accordance with (IAW) the OEM periodic requirements and in conjunction with the Coast Guard specialized Asset Computerized Maintenance System (ACMS). The #1 CT7-9C3 turboprop engine power unit chip detector had a small amount of carbon and one relatively large silver ferrous metal chip, approximately 5/32" in length by 1/16" in width. It was conclusion that the #1 CT7-9C3 turboprop engine power unit has out of limits chip (M50 bearing material). 2.0 SCOPE 2.1 The scope of this SOO is intended to provide engine analysis and engine repair services for the CT7-9C3 engine power unit. 2.2 The vendor must track and document ACMS, Significant Component History Reports (SCHR), calendar time, flight time, and appropriate flight cycle requirement for the CT7-9C3 engine power unit, which must be accomplished to maintain the integrity of the OEM high-time hourly intervals and life cycle limits. 2.3 Engine analysis and engine repair the CT7-9C3 engine power unit must be accomplished IAW the OEM specifications. This SOO establishes the minimum Coast Guard requirements necessary for repair service of the CT7-9C3 engine power unit and is not intended to be all inclusive, nor detract from the procedures outlined in the manufacturer's drawings, manuals, specifications, and service bulletins. The Coast Guard configuration control requires that applicable Service Bulletins and Modification for all ACMS tracked items, including the CT7-9C3 engine power unit not previously configured, shall not be incorporated without prior written approval from the Coast Guard Contracting Officer. 2.4 The vendor must have access to, and ability to obtain, current OEM specifications for inspection and repairs of the CT7-9C3 power engine unit, including Component Maintenance Manuals (CMM), Revisions, Service Bulletins, Modifications, Amendments, and drawings as the Coast Guard does not own, nor can it provide this data. 2.5 The Vendor must list, and provide a status of, all OEM CMMs, including Revisions, Service Bulletins, Modifications, Amendments, or other specifications applicable to the repairs and modification of the CT7-9C3 engine power unit. 2.6 The vendor must be responsible for all necessary functions to perform services requested. This includes, but is not limited to, required tooling, manuals, test equipment, parts, material, engineering services, management, maintenance, documentation, preservation and shipping of the CT7-9C3 engine power unit in an efficient and timely manner. 3.0 OBJECTIVES 3.1 To obtain the repair services of an FAA Part 145 Authorized Repair Center or equivalent to effectively inspect, test, troubleshoot, clean, repair, and modify CT7-9C3 engine power unit to current OEM configurations while maintaining the Coast Guard specific requirements for return to service in a Ready For Issue (RFI) condition. The CT7-9C3 engine power unit must remain configured for installation on the Coast Guard HC-144A aircraft. 3.2 To obtain repair services for the CT7-9C3 engine power unit, which include the complete teardown, inspection, repair, assembly, and testing IAW OEM specifications, and Component Maintenance Manuals (CMMs), including Revisions, Service Bulletins, Modifications, and Amendments. 3.3 To have the CT7-9C3 engine power unit repaired for return to service with FAA airworthiness Form 8130-3 or other FAA authorized airworthiness form attached. 3.4 To have the CT7-9C3 engine power unit repaired for return to service within 90 calendar days after receipt of material (ARM) at s repair facility. Earlier delivery is acceptable and desired. 3.5 To obtain and maintain a current list and status of all OEM Repair CMM, including Revisions (Rev), Temporary Revisions (TR), Service Bulletins (SB), Modifications (MOD), Amendments (AMD) or other specifications applicable to the repair of the Coast Guard CT7-9C3 engine power unit. 3.6 To track and document calendar time, flight time, engine flight/life cycles, all work and services performed on the CT7-9C3 engine power unit as required under the Coast Guard ACMS. Tracking provides significant component historical records of component installations, removals, overhauls, repairs, and modifications including component transit, storage, status, and locations. ACMS tracking provides and an effective means of configuration control to maintain the integrity of OEM overhaul/high time hourly intervals including flight and life cycle limits as applicable to the CT7-9C3 engine power unit. For configuration control prior written approval of the Contracting Officer shall be obtained for any configuration changes to engine power unit. See paragraph 3.8 for specific information on the incorporation of Service Bulletins and modifications. 3.7 To obtain repair services for the CT7-9C3 engine power unit, which include the complete teardown, inspection, repair, assembly, and testing of all identified schedule parts IAW OEM specifications. 3.8 To maintain all Service Bulletins and other modifications previously incorporated unless otherwise directed by the Coast Guard Contracting Officer. 3.8.1 Service bulletin configurations are subject to change during the course of the contract period. Service Bulletins and modifications not previously incorporated shall be identified to the Contracting Officer. The vendor is responsible for obtaining and notifying the Contracting Officer of service bulletin changes and modifications, for disposition approval prior to incorporation of those changes and modifications. 3.8.2 Service bulletins incorporated during performance of this requirement may create new part number configurations, which supersede the previous configurations. In cases where the older configurations cannot be modified to the newer configurations, the new configuration part numbers may be added to the contract. The vendor shall notify and request disposition instructions from the Contracting Officer for superseded parts, which have been removed and replaced by newer configurations. 4.0 CT7-9C3 ENGINE POWER UNIT CONFIGURATIONS 4.1 The following configuration is provided to identify, but are not limited to the CT7-9C3 engine power unit that fall within the scope of this SOO. 4.1.1 The cage codes found here identify the OEM or other cognizant authority associated with the CT7-9C3 engine power unit. 27426 - USCG AVIATION LOGISTICS CENTER (ALC) 99207 - GE Corporation - AVIATION 4.1.2 Part Number (P/N) identified in this section is the P/N installed on the HC-144A aircraft, as procured for maintenance pipeline sparing, as identified in the GE Engine Illustrated Parts Catalog, SEI-723, and identified in other Coast Guard or OEM references. CT7-9C3 ENGINE POWER UNIT, NSN 2840-01-HS2-4327, P/N: 6058T83G01 SEI-723 Ref: 72-00-00 (99207) 5.0 APPLICABLE DOCUMENTS 5.1 All GE Shop, Inspection, Repair or other OEM CMMs and Revisions as applicable to the CT7-9C3 engine power unit. 5.2 All GE or other OEM Service Bulletins, Amendments, Modifications, and Specifications as applicable to the CT7-9C3 engine power unit. 5.3 GE or any other OEM applicable documentation or specifications revealed, published, or updated during the course of the contract period, shall be considered as being within the scope of this SOO and may be added to the contract as agreed upon by parties. 6.0 REQUIREMENTS 6.1 Be a FAA Part 145 Authorized Repair Center or equivalent and have experience in effective inspection, testing, troubleshooting, cleaning, repair, overhaul, and modification of the CT7-9C3 engine power units required for continued airworthiness. 6.2 Provide copies of all certifications (e.g. FAA, EASA, OEM, ISO 9000, CASE, SIX SIGMA, etc.). If the vendor for any reason loses its FAA certification or equivalent during the period of performance, this constitutes a material breach of contract which may, at the discretion of the Coast Guard Contracting Officer, result in contract termination. The vendor shall notify the Contracting Officer verbally and in writing, not later than five (5) calendar days after certification forfeiture, and disclose all facts relevant to the forfeiture. 6.3 Provide current list and status of all GE or other OEM Manuals, Component Maintenance Manuals (CMM), Revisions (Rev), Temporary Revisions (TR), Service Bulletins (SB), Modifications (MOD), Amendments (AMD), including vendor specifications and procedures applicable, and to be used for the inspection, repairs of the CT7-9C3 engine power unit. 6.3.1 If the vendor receives information more current than that previously provided to the Coast Guard, the vendor must identify the GE or other OEM Manuals, CMMs, Revisions, and specifications, including Service Bulletins, Amendments, and Modifications, and provide a brief synopsis of the revisions and dates to the Contracting Officer for review and disposition approval. 6.4 Have and provide the facilities, management, tooling, manuals, test equipment, parts, materials, documentation, and personnel to repair, or modify the CT7-9C3 engine power unit. 6.4.1 Notify or confirm, in writing, to the Coast Guard Contracting Officer receipt of CT7-9C3 engine power unit. 6.5 Prepare and submit, component Teardown Inspection Reports (TIR). 6.5.1 TIRs shall be submitted for the CT7-9C3 engine power unit to the Contracting Officer and is required in support of a Coast Guard Engineering incident, safety investigation, warranty determination, or for other failure analysis. 6.5.2 TIRs, when requested, shall be forwarded to the Coast Guard Contracting Officer prior to commencement of repair work; pending the coast Guard Engineering final review and release. 6.5.3 TIRs shall include: nomenclature, NSNs, P/Ns, S/Ns, Contract number, CLINs, including descriptions, photos, illustrations, and drawings, as necessary before and during teardown, for documentation of the failure, and list all parts and costs as would be required for repair of the component or assembly. 6.6 Replacement Parts 6.6.1 Component parts found to be in serviceable condition IAW OEM specifications and functional testing shall be reused. 6.6.2 The vendor shall notify the Contracting Officer in writing of any missing parts. This notification shall be within five (5) working days of receipt of the engine. The Coast Guard will provide replacement parts or funding to the vendor to replace missing parts at the discretion of the Contracting Officer. The cost of missing parts should not be incorporated in the contract repair cost. Defective parts which cannot otherwise be repaired IAW OEM specifications, shall be scrapped IAW ALCINST 4100.1 dated 15 August 2008, and replaced with new OEM parts. ALCINST 4100.1 will be available upon request to offerors. The cost of repair or replacement of defective parts is inclusive to the component repair contract price. High time, life, or cycle limited parts which have reached their respective limits shall not be repaired, but shall be replaced with other Coast Guard serviceable parts or replaced with new OEM parts. The cost to replace high time, life, or cycle limited parts should be priced separately and not included in the cost of repaired components under this contract. 6.6.3 Replacement parts shall be new and have full traceability to the OEM. 6.7 Beyond Economical Repair (BER) 6.7.1 When the cost of returning the component to serviceable condition exceeds the current replacement cost of that component; or when the component cannot be worked due to damage or wear beyond the material properties, characteristic, or specifications of the item being repaired, the Contractor shall contact the Coast Guard Contracting Officer, in writing, via FAX or e-mail, with specific rationale for the BER condition. The rationale shall include and provide: nomenclature, NSN, P/N, S/N with a cost breakdown of additional parts and labor as would be necessary to actually repair the component to serviceable status. 6.7.2 If a component once received at the Contractor's facility is later determined to be in a BER condition the Coast Guard Contracting Officer must be notified immediately following the BER determination and provide rationale. 6.7.3 Once an item or component is determined to be BER, no further repair work on that item or component will be performed and the item in question will be placed in a bonded storage room for safekeeping until written authorization with disposition instructions are received from the Coast Guard Contracting Officer. 6.8 Missing Or Cannibalized Components 6.8.1 Missing Components: Within five (5) working days after the receipt and inspection of the components the Contractor shall notify the Contracting Officer in writing of any missing parts or sub-assemblies required for final inspection and acceptance. The Contracting Officer shall then have thirty (30) days to provide formal disposition instructions to the vendor. The Coast Guard will provide RFI or repairable parts to replace the missing parts, or funding to the vendor to replace missing parts at the discretion of the Contracting Officer. 6.8.2 Cannibalized Components: Upon receiving components exhibiting cannibalization, the Contractor shall notify the Contracting Officer, in writing and in detail, within five (5) working days and discontinue all actions until receipt of written authorization from the Contracting Officer. The Contracting Officer reserves the right to appoint a Coast Guard Representative who shall witness the remaining teardown and inspection of the component. A letter of notification and an inspection/teardown report shall be submitted to the Contracting Officer for disposition. 6.8.3 The Coast Guard reserves the right to provide Government Furnished Property (GFP) to replace parts or hardware identified as missing or cannibalized. 6.8.4 Turn Around Time (TAT): Stops as of the date on the correspondence giving notification that work must cease due to the lack of the missing/cannibalized part. Unless the Contracting officer elects to have the component returned to the Coast Guard as is, the TAT will re-start effective as of the date of the receipt of replacement part. The clock shall begin once more starting with the last numbered day plus one. 6.9 Corrosion 6.9.1 Low altitude flight over salt water contributes to greater corrosion damage in Coast Guard components than that experienced in commercial aircraft components. The Contractor shall consider the presence and effects of corrosion to be "normal" in this case and provide for correction and removal of corrosion in the Firm-Fixed-Price repair. During inspection and functional testing, the presence of corrosion in an item or part thereof shall constitute reason for a more thorough disassembly and inspection. 6.9.2 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. Corrosion removal and treatment of any affected areas shall be accomplished IAW the manufacturer's specifications. 6.10 Exclusions 6.10.1 Components received in the following conditions are to be considered exclusions and may indicate an exclusion from the price in the contract schedule: • Catastrophic Crash Damage, Foreign Object Damage, domestic object damage traceable to a Coast Guard documented repair on the engine, Acts of God, war, and accidents attributable to Coast Guard responsibility. • Maintenance, repair work, installation, storage, operation or use by the Government which is not in compliance with applicable OEM or Government approved publications, directions and instructions. • Alteration, modification or repairs that were not completed by the Coast Guard IAW technical data approved by the FAA, OEM, or Coast Guard. 6.10.2 If a component is considered (by the vendor) to fit the exclusion description, the vendor must notify the Contracting Officer within five (5) working days, and discontinue all actions until the Contracting Officer makes a determination. The Coast Guard reserves the right to appoint a Coast Guard Representative to witness the remaining teardown and inspection of the component. A letter of notification and the inspection/teardown report must be submitted to the Contracting Officer for disposition. The vendor must make the affected equipment available to a Coast Guard Representative to view the exclusionary damage. If the Government elects not to physically view the equipment, the vendor findings report shall stand. 7.0 COAST GURAD ACMS REQUIREMENTS 7.1 Comply with all Coast Guard ACMS documentation requirements: 7.1.1 CT7-9C3 engine power unit is serial number tracked under the Coast Guard ACMS. This tracking provides historical records of repairs modifications, overhauls, flight times, cycles, item location, status, and an effective method of configuration control. CT7-9C3 engine power unit under the Coast Guard ACMS should, at the time of receipt, have a blank Component Repair Record (CRR), and a current Significant Component History Report (SCHR) attached to the component. 7.1.2 Verify the SCHR and CRR correspond with the NSN, P/N, and S/N of the component received. Promptly report discrepancies to the Contracting Officer prior to performing any work. 7.2 Complete the CRR as applicable, describing the work performed, cite the technical data used to perform the work, and any significant parts replaced. 7.2.1 The CRR shall provide a complete description of the work performed, the component status (repaired, modified, overhauled, BER, scrap, etc.) and include, but not be limited to: the Contract number, CLIN, the vendor's Work Order number, the date work was completed, any changes to the TSO, and total time, landings, or cycles as applicable. 7.2.2 The information provided in the CRR will be used by the Coast Guard to update the component SCHRs. 7.3 Provide two copies of the completed CRR as follows: 7.3.1 One copy of the CRR shall remain with the material and is to be returned with the component upon completion of the repair. 7.3.2 A second copy of the CRR shall be mailed to: USCG AVIATION LOGISTICS CENTER ATTN: ACMS 1664 WEEKSVILLE ROAD BLDG 63 ELIZABETH CITY, NC 27909-5001 7.3.3 The CRR is considered a deliverable under the contract, and noncompliance with instructions here in, will result in the delay or nonpayment of the invoice. 7.4 Provide one copy of an approved FAA Airworthiness Form 8130-3 or other FAA authorized form (e.g. EASA Form 1). 7.4.1 The FAA Form 8130-3 or other FAA authorized form is considered a deliverable under the contract, and noncompliance with instructions herein, will result in the delay or nonpayment of the invoice. 8.0 DEFINITIONS 8.1 Repair is defined as all maintenance and repair required to bring an engine back to serviceable status IAW GE manual SEI-576, chapter 05-21-00. The Coast Guard has opted to maintain the CT7-9C3 engine power unit IAW the "on-condition" criteria spelled out in this manual. 8.2 Modification is defined as the incorporation of FAA approved Service Bulletins, Spare Parts Bulletins, and Airworthiness Directives. This also includes Coast Guard Time Compliance Technical Order (TCTO), and Special Compliance Technical Orders (SCTO), that are based on the FAA approved documents listed above. 9.0 MARKING, PACKAGING, AND PRESERVATION 9.1 CT7-9C3 engine power unit shall be shipped in a Coast Guard owned reusable engine shipping container provided by the Coast Guard. The vendor will notify the Contracting Officer in writing within five (5) working days of receipt of the engine at its facility in the event the engine is not received in the appropriate Coast Guard owned shipping container, if the container is damaged, or if it is not in reusable condition. 9.2 CT7-9C3 engine power unit will be shipped IAW ASTM D 3951-10. All containers must be labeled on the outside with the National Stock Number (NSN), P/N, S/N, nomenclature, contract number, CLIN, and vendor CAGE CODE. 9.3 The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period not less than one year. 9.4 Packaging matter shall not consist of the following materials: popcorn, shredded paper, Styrofoam or any type of peanut packaging. Bar coding is authorized but not required. 10.0 INSPECTION AND ACCEPTANCE 10.1 Notwithstanding any requirement for specific inspections to be performed solely by the Government, the vendor shall perform all inspections, tests, and checks as required to substantiate that the services provided under the contract conform to the latest drawings, specifications, CMMs, and SOO requirements listed herein. 10.2 Inspection and acceptance shall be performed by the Coast Guard, ALC, and Quality Assurance Personnel for quantity, condition, and compliance with this SOO. The contractor shall provide FAA Form 8130-3 or COC, which shall be attached to each component, a copy with the packaging slip. Failure to do so may result in either nonpayment or a delay in payment. 11.0 DELIVERY SCHEDULE 11.1 The vendor shall propose a delivery schedule. The Government desires delivery for CLIN 0001 is within ninety (90) days after receipt of material (ARM) at the repair facility. All requests for time extension shall be in writing and shall include substantiation of the need for such time extension 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 consideration for the approval of the extended delivery date at which time a modification will be issued to reflect the consideration and extension. 11.2 Early Delivery: The contractor is requested to ship items completed prior to the required delivery date, if no additional charges occur to the Government. 12.0 SHIPPING 12.1 Items shall be shipped to the following address: USCG Aviation Logistics Center Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001 Contract No. ___________________ (To be assigned at time of award) 13.0 INVOICING INSTRUCTION 13.1 The original contractor invoice shall be submitted to the designated billing office address stated below or emailed to the email address below. Submitting invoices for payment electronically is the preferred method. ALC-Fiscal@uscg.mil USCG Aviation Logistics Center Chief, Fiscal Branch, Bldg. 63 Elizabeth City, NC 27909-5001 Contract No. ___________________ (To be assigned at time of award) The following Federal Acquisition Regulation (FAR) provisions and clauses are incorporated by reference: 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) 52.212-2 Evaluation-Commercial Items (JAN 1999) a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be most advantageous to the Government. Offers that are significantly higher or lower than the government's estimate may be considered an indication that the offeror does not understand the requirement and may be evaluated as posing a significant performance risk. The following factors shall be used to evaluate offerors are listed in order of importance. Evaluation Factors: Technical capability, Past Performance, Delivery and Price. Technical and past performance, when combined, is significantly more important than price. This is a best value, commercial item acquisition; award may be made for other than lowest price. The Government intends to award to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value, price and other factors considered. Factor 1 - Technical Capability Offerors are to provide a statement of technical qualifications, including a summary of the technical expertise, facilities and documentation for repairing the components listed in the schedule. Vendor demonstrating possession of or ability to obtain (via an official agreement) the required OEM manuals and parts. Factor 2 - Past Performance and Delivery Contractor will be evaluated by customer ratings, including quality ratings, customer service, warranty, timeliness of acceptable deliveries and recommendation for future service and performance. Offerors shall provide information on two (2) contracts performed by their organization over the past three years for the GE CT7-9C3 or similar engine power unit. The Past Performance list shall contain: 1. Customer's name, address, and telephone number of both the lead contractual and technical personnel most familiar with the Offerors performance record. 2. Contract number, type, and total original and present or final contract value. 3. Date of contract, place(s) of performance, and delivery dates or period of performance 4. Brief description of contract work and comparability to the proposed effort. It is not sufficient to state that it is comparable in magnitude and scope. Rationale must be provided to demonstrate that it is comparable. Factor 3 - Price The Coast Guard may determine the best value that merits a higher price based on technical superiority. The Coast Guard, using sound business judgment, will base the selection decision on an integrated assessment of the proposal's relative capability as measured against the evaluation factors. Factors 1 and 2 are equal and are significantly more important than Factor 3. While the Price is an important part of the integrated selection decision, the non-Price Factors are significantly more important than the Price Factor. Price will become increasingly important as proposal evaluation ratings for technical factors and past performance factors approach equal. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Uponrequest, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address https://www.acquisition.gov/far. 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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/these address https://www.acquisition.gov/far. 52.212-3 Offeror Representations and Certification - Commercial Items (DEC 2012) ALT I (APR 2011) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at 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. 52.212-4 Commercial Terms and Conditions - Commercial Items (FEB 2012) with the following included by Addendum: 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, Energy Program Use (APR 2008), (Rating: DO N5) 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (OCT 2010) ALTERNATE IV (OCT 2010) (a) Submission of Cost or Pricing data in not required. (b) Provide information on the prices at which same or similar items have been performed in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification (NOV 2007) a) The offeror shall check the following certification: Certification The offeror does does not certify that- (1) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (2) The contract services are furnished at prices that are, or are based on, established catalog or market prices. An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. An "established market price" is a current price, established in the usual course of ordinary and usual trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; (3) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (4) The offeror uses the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the offeror uses for these employees and for equivalent employees servicing commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(d)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at FAR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, in this solicitation will not be included in any resultant contract awarded to this offer, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause of this solicitation at 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, will not be included in any resultant contract to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (End of provision) 52.242-13 Bankruptcy (JULY 1995) 52.246-11 Higher-Level Contract Quality Requirement (FEB 1999) The contractor shall provide and maintain a quality system equal to ISO 9001-2000 or have a quality system acceptable to the Government. The contractor shall state the quality system to be used in performance of this contract. 52.246-15 Certificate of Conformance (APR 1984) 52.247-45 F.o.b. Origin and/or F.o.b. Destination (APR 1984) 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated 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 an acquisition described in section 835(b)(1) 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]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (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) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013) (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)). ___Alternate 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.] _X_ (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). __ (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)). __ (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.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X_ (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). __ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). __ (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, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (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). __ (11) [Reserved] __ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (18) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (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). __ (ii) Alternate I (June 2003) of 52.219-23. __ (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). __ (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). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). _X_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). _X_ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 52.222-54, Employment Eligibility Verification (JUL 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.) __ (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.) __ (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.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _X_ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (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, 112-42, and 112-43). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Nov 2012) of 52.225-3. __ (41) 52.225-5, Trade Agreements (NOV 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (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). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (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)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). _X_ (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). __ (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.] _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X_ (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.). __ (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.). __ (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.). __ (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.). __ (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.). __ (7) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). __ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (9) 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) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (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)). ___Alternate 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 (JUL 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) Closing date/time for submission of proposals is February 08, 2013, 4:00 pm; EST. Prices must remain effective for 120 days after closing of solicitation. All responsible sources may submit a proposal which will be considered. Please indicate HSCG38-13-R-010020 in subject line. Proposals will be accepted via e-mail to Catalin.M.Parfenti@uscg.mil or at the following mailing address: USCG Aviation Logistics Center MRS Product Line ATTN: Marcel Parfenti 1060 Consolidated Rd Elizabeth City, North Carolina 27909-5001 Primary POC: Marcel Parfenti Email: Catalin.M.Parfenti@uscg.mil (252) 335-6143 Secondary POC: David Tanner Email: David.E.Tanner@uscg.mil (252) 335-6142 NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is (202) 372-3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-13-R-010020/listing.html)
 
Record
SN02971957-W 20130126/130124234752-0051aaee06a511237e74effa66003fc9 (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.