SOLICITATION NOTICE
J -- Repair of various Rockwell Collins Electronic Components
- Notice Date
- 6/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG44-16-Q-CA021
- Archive Date
- 7/26/2016
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplement with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-16-Q-CA021. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70. This procurement will be processed in accordance with FAR Parts 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) is 334220. The SBA size standard is 750 employees. Due to this Acquisition being considered to be a Sole Source Procurement it is not anticipated that the Contracting Officer will receive two (2) or more Offers from qualified Small Business Concerns; therefore in accordance with FAR 19.502-2(a), This IS NOT A Small Business Set-A-Side. All Items used in the Repair are to be NEW ITEMS. Use of Used or Refurbished are NOT acceptable and will not be considered for Award. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, Virginia 23703, intends to purchase on a non-competitive basis by awarding a Firm Fixed Price Purchase Order Contract to: Rockwell Collins Inc for Open and Inspection and the Repair of: five (5) each Power supply PS-2224, PN: 270-2615-020, eight (8) each Interface control SC-2224, PN: 270-2615-030, and seven (7) each, Frequency Mixer Stage CM-2224, PN: 270-2615-040. See attached Statement of Work (SOW) and Open Inspect Report (OIR).See attached Sole Source Justification document. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302.1 and 13.106-1(b). Interested persons/parties may indentify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within five (5) days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes. The contractor for this proposed Sole Source contract is: Rockwell Collins Inc. 400 Collins Rd. NE, Cedar Rapids, IA, 52498-0505; Cage Code 13499. A current System for Award Management (SAM) Data Search was conducted on this Contractor by the Contracting Officer. This Contractor is current/active in SAM and does not have any active Exclusions. Data Search date: 16 June 2016. This is a Sole Source Procurement. See attached JOTFOC Document below. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by 22 June 2016 @ 7:00 AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/Government. If proposing FOB Origin, provide Shipping cost as a separate line item. Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Unit Price for Open Inspect Report for ten Interface PCB, six Power modules, and four Electronic Chassis Assembly, (2) Extended Price, (3) Delivery Terms, (4) Payment Terms and discount offered for prompt payment. Please Email Your Response to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming Services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. PLEASE NOTE: 1-The Contractor shall provide a Firm Fixed Price for the Open and Inspection of the Items listed below in the Schedule B, and the Open Inspect Report OIR is to be completed per Item. 2-After award and Open and Inspection completed, the Contractor shall provide a Firm Fixed Price for the Repair of each of the Items listed below in the Schedule B, IAW the attached Statement of Work. 3-For the Firm Fixed Price for the Repair work it is understood that repair unit cost may differ for identical Line Item items, the Contractor shall give separate Repair cost breakdown per Item for Evaluation purposes. 4-It is anticipated to Award this Purchase Order Contract for the Value of the Open and Inspection Cost ONLY, then the Purchase Order Contract will be Modified to Incorporate the Firm Fixed Price Repair Cost of the Items if is determined to be in the Governments Best Interest to Repair the items, each item will be Evaluated separately on a case-by-case basis. Please Email Your Response to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil SCHEDULE B: Line Item 1: OIR of five (5) Power supply PS-2224, PN: 270-2615-020, NSN: 6130-01-519-5102 Line Item 1A: Repair of five (5) Power supply PS-2224, PN: 270-2615-020, NSN: 6130-01-519-5102 Line Item 2: OIR of eight (8) Interface control SC-2224, PN: 270-2615-030, NSN: 5895-01-519-6992 Line Item 2A: Repair of eight (8) Interface control SC-2224, PN: 270-2615-030, NSN: 5895-01-519-6992 Line Item 3: OIR of seven (7) Frequency Mixer Stage CM-2224, PN: 270-2615-040, NSN: 5895-01-519-7388 Line Item 3A: Repair of seven (7) Frequency Mixer Stage CM-2224, PN: 270-2615-040, NSN: 5895-01-519-7388 Delivery Terms: Estimated Time of Completion: 60 days from receipt of item. PACKING/SHIPPING INSTRUCTION PREPARATION FOR DELIVERY All material shipped to the U.S. Coast Guard Surface Forces Logistics Center, Baltimore, Maryland must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to Engineering Logistic Center locations. Package shall also provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock Number (if applicable), Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1:00 P.M. USCG /ELC SP-PP&M-00l DATED 05/95 REVISION D 10/00 PRESERVATION, PACKAGING, MARKING and BAR-CODING. PRESERVATION: Each component that makes up one each of any contract line item (CLIN) shall be preserved in accordance with ASTM-D-3951. PACKAGING: Each component shall be packed individually in its'own container to meet the requirements of ASTM-D-3951. This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION: Unit packs can be unitized as specified in ASTM-D 3951. MARKING: Marking shall be clear, legible, permanent and in English. a.UNIT PACKAGES: Shall be marked as specified herein. National Stock Number/ Activity Control Number. Item Name Part Number (as shipped) Purchase Order / Contract Number Date of Manufacturer/Repair Quantity & Unit of Issue (i.e. 1-EA) Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only). a. UNITIZATION: If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see Single Stock Number. If there are multiple stock numbers involved see, Multiple Stock Numbers herein. For no reason shall more then one order be unitized together. Single Stock Number National Stock Number/ Activity Control Number. Purchase Order / Contract Number The Words: COAST GUARD ELC MATERIAL CONDITION (A). Quantity & Unit of Issue (i.e. 1-EA) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words: COAST GUARD ELC MATERIAL, MULTIPACK Multiple Stock Numbers ALL National Stock Numbers/ Activity Control Numbers. Purchase Order / Contract Number The Words: COAST GUARD ELC MATERIAL, CONDITION (A). Quantity & Unit of Issue (i.e. 1-EA) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words: COAST GUARD ELC MATERIAL, MULTIPACK BAR CODING: All bar coding required herein shall be Code 39, also called Code 3 of 9 in accordance with ANSI/AIM BC1. ALL Stock numbered items shall be bar coded. a. The standard marking required in MARKING for all packaging configurations can be applied separately or as part of the Bar Code Label. If the latter option is used the label size shall be adjusted appropriately. b. The stock number or numbers, and purchase order / contract number shall be bar coded with Human Readable Interpretation (HRI) immediately below the bar coding on unit and unitized packs. c. All HRI shall be placed below its associated bar code. The label shall be intended for long term indoor applications where the labels will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate. Specifications cited in this order may be obtained from: For Specifications from the US Government contact: STANDARDIZATION DOCUMENTS ORDER DESK BUILDING 4D, SECTION D 700 ROBBINS AVE. PHILADELPHIA, PA 19111-5094 TELEX #: 834295 WESTERN UNION #: 710-670-1685 TELEPHONE #: (215) 697-3321 (EXPRESS SHIPMENT PICKUP) TELEPHONE ORDER ENTRY SYSTEM (TOES)#: (215) 697-1187 through and including (215) 697-1197. For Specifications from Commercial sources contact: American Society for Testing and Materials (ASTM) 100 Barr Harbor Drive West Conshocken, PA 19428-2959 Phone: 610-832-9500 Fax: 610-832-9555 American National Standards Institute (ANSI) 25 West 43rd Street 4th Floor New York, N.Y. 10036 Phone: 212-642-4900 AIM-USA 634 Alpha Drive Pittsburgh Pa. 15238-2802 Phone 412-963-8588 Fax 412-963-8753 Note: FOB Destination pricing is preferred, however, if you prefer to quote FOB Origin pricing please use the following instructions. FAR Clause 52.247-65 - F.O.B. - Origin, Prepaid Freight - Small Package Shipments is included by reference. Shipments - FOB Origin: You are hereby authorized to prepay transportation charges under this order provided that the cost of such transportation does not exceed $250.00. The actual cost of transportation charges, not to exceed the about amount, shall be added to your invoice as a separate line item. Receipted freight bills are not required for transportation charges of $100.00 or less. Prepaid transportation charges greater than $100.00 but less than $250.00 SHALL be supported by paid freight, express, or parcel post receipts. In the event the transportation charges will exceed $250.00, you are required to contact the Contracting Officer to obtain a Government Bill of Lading ten (10) days PRIOR to shipment. Information to be provided: 1. Purchase Order Number 2. Item identification/description (NMFC item number and classification if possible) 3. Individual and total weight 4. Individual dimensions and total cubic feet 5. Total number of pieces 6. Total dollar value 7. Other pertinent data or special instructions PROVISIONS / CLAUSES • The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jul 2013) FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Aug 2013) to include Alt I (Apr 2011). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sep 2013) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Sep 2013) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. • The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (Mar 2007) FAR 52.222-35 -- Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) FAR 52.222-37 -- Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-50 -- Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 -- Buy American Act - Supplies (Feb 2009) FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) (31 U.S.C. 3332) FAR 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) • The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; • The Following HSAR Provisions apply to this Acquisition: 3052.209-70 Prohibition on contracts with corporate expatriates As prescribed at (HSAR) 48 CFR 3009.108-7005, insert the following clause: 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 clause) NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at ORCA accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Statement Of Work For the Repair of Electronic Equipment and Modules Repair of Rockwell Collins Transmitter Equipment. 270-2615-020(PS-2224)Power Supply, 270-2615-030(SC-2224) Control Interface and 270-2615-040(CM-2224)Mixer Stage, Frequency REPAIR OF ELECTRONIC EQUIPMENT AND MODULES 1 SCOPE 1.1 General. This specification covers the requirements for the repair of electronic equipment and those aspects of the maintenance processes, which are applicable to electronic equipment. It establishes uniform standards and procedures to be used in the repair process, for example, receipt and evaluation, maintenance procedures, selection and use of parts and material, marking, preservation, and packing for shipment. 1.2 Types of equipment/components. The repairs of the following types of equipment/components are included in this specification: Complete assemblies Equipment subassemblies Circuit card assemblies Power supplies Modules Other components as specified in the solicitation 2. APPLICABLE DOCUMENTS 2.1 General. The documents listed in this section are specified in sections 3, 4, and 5 of this specification. This section does not include documents cited in other sections of this specification or recommended for additional information or as examples. While every effort has been made to ensure completeness of this list, document users are cautioned that they must meet all specified requirements documents cited in sections 3, 4, and 5 of this specification, whether or not they are listed. 2.2 Government documents. 2.2.1 Specifications and standards. The following specifications and standards form a part of this document to the extent specified herein. Unless otherwise specified, the issues of these documents are those listed in the issue of the Department of Defense Index of Specifications and Standards (DoDISS) cited in the solicitation. STANDARDS MILITARY MIL-STD-129P Change 4, Sept 2007 Marking for Shipment and Storage MIL-STD-2073-1E, May 2008, Standard Practice for Military Packaging NON-GOVERNMENT STANDARDS ASTM-D3951-98 2004 Packing, Commercial (Unless otherwise indicated, copies of the above specifications and standards are available from the Defense Printing Service Detachment Office, Bldg. 4D (NPM-DODSSP), 700 Robbins Avenue, Philadelphia, PA 19111-5094.) 2.3 Non-Government publications. The following documents form a part of this document to the extent specified herein. Unless otherwise specified, the issues of the documents that are DOD adopted are those listed in the issue of the DoDISS cited in the solicitation. Unless otherwise specified, the issues of the documents not listed in the DoDISS are the issues of the documents cited in the solicitation. AMERICAN SOCIETY FOR QUALITY CONTROL ANSI/ASQC-C1-1996 Specification of General Requirements For a Quality Program (Application for copies should be addressed to the American Society for Quality Control (ASQC), 611 East Wisconsin Avenue, Milwaukee, Wisconsin 53202.) 2.4 Order of precedence. In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. 3. REQUIREMENTS 3.1 General Requirements 3.1.1 Repair. The contractor shall perform the level of repair required to return the repairable equipment or module to a ready for issue (RFI) condition from a non-ready for issue (NRFI) condition. 3.1.2 Repair. Electronic equipment shall be processed for the return of unserviceable items to an operational status. This process shall accomplish: a. Disassembly and cleaning required to facilitate the equipment repairs. b. Repair or replacement of parts that have failed or are of marginal quality due to wear, deterioration, or damage so as to return the item to ready for issue (RFI) condition. c. Install all applicable field changes, modifications and firmware upgrades. d. Re-assembly, alignment, and testing. 3.1.3 Government furnished equipment. Defective equipment, modules, or items will be shipped to the Contractor from the Coast Guard Surface Forces Logistics Center or as specified in the procurement documentation. 3.1.4 Defective item lot size. Equipment or items will be shipped as single items or in lots. Lot size will be based on Coast Guard needs. 3.1.5 Obsolete parts/processes. In the event certain parts or processes become obsolete, the Contractor shall notify the Contracting Officer and submit 1) rationale and verification of any obsolete part or process, and 2) a written estimate of the cost required to make the repair. The Contractor shall not proceed until firm fixed price and delivery schedules are negotiated and authorization to proceed is received from the Contracting Officer. 3.1.6 Unusually damaged items. Repair requirements do not include equipment or components received which indicate obvious misuse, cannibalization, and severe damage due to mishandling, fire, or submersion. In the event that severely damaged or cannibalized equipment or components are received, the Contractor shall notify the Contracting Officer and submit 1) a description of the condition of the equipment or component as received, 2) an estimate of the probable cause of the condition, and 3) a written estimate of the cost required to make the repair. The Contractor shall not proceed until a firm, fixed price for repair and a delivery schedule are negotiated and authorization to either proceed with repairs, or disposal instructions have been received from the Contracting Officer. 3.1.7 Limitation of repair. The price in the schedule is the cost of repair unless otherwise authorized under 3.1.6. Repairs will not normally be authorized if the cost of repair exceeds 65% of the acquisition cost of the item. In the event that the repair costs will exceed 65% of the item acquisition cost, the Contractor shall notify the Contracting Officer. The Contracting Officer will make the determination whether to repair the item or will provide disposal instructions. 3.2 Detailed requirements. 3.2.1 Materials. The Contractor shall provide all spare parts, current technical manuals, discrete components and consumable materials needed for the repair of the items. 3.2.1.1 Selection of Parts and materials. The Contractor shall utilize parts and materials specified in the latest design specifications. Original Equipment Manufacturer's (OEM) parts or equivalent that is equal to the performance and tolerance characteristics of the current design. Any part which would change the form, fit, and/or function of the equipment or module shall not be used. Requests to utilize nonstandard (non-OEM or direct equivalent) parts shall be submitted to the Contracting Officer for approval after review by the Contracting Officer's Representative (COR). 3.2.2 Repair process. 3.2.2.1 Inspection. In the course of repair, three levels of inspection shall be performed, as follows: a. Incoming inspection. This inspection shall be performed at the point of receipt of the repair material to detect damage in transit. The items shall be inspected for completeness, for model type per contract or work order, and for obvious flaws and defects. If the equipment or module is received incomplete or damaged in transit, the Contracting Officer shall be immediately notified of the discrepancy. The Contractor shall identify and record the damaged property by its nomenclature; serial number (if applicable), NSN, manufacturer's part number, date of receipt, quantity, number inspected, number defective or damaged, contract number, nature of the defect, circumstances of discovery, and estimated repair cost. b. In-process inspections. These inspections shall be performed during repair in order to ensure completeness of repair and conformance to equipment technical requirements. Examples of such inspections are 1) adherence to fault isolation and test procedures, 2) proper application of coatings and treatments, and 3) proper mounting and connection of piece parts. The results of all in process inspections shall be recorded and submitted to the Contract Officer, see attachments for examples of the required information. c. Final inspection. This inspection shall consist of 1) a visual inspection of workmanship, assembly and fit, mechanical and electrical safety and marking, materials, parts, and finish, and, treatment for prevention of corrosion and 2) verification of all operations specified in the equipment technical requirements. All final inspection observations and measurements shall be recorded and certified. 3.2.2.2 Disassembly. The degree of disassembly on any equipment or module processed by the Contractor shall be commensurate with the level of repair required. 3.2.2.3 Cleaning. Items requiring cleaning during repair shall be cleaned prior to or during the pre-induction inspection and disassembly, whichever is deemed more practical by the Contractor. Final cleaning shall be conducted to ensure the component is free of obvious defects and corrosion, soil, grease, residue, fingerprints, perspiration, or other acid or alkali residues. All temporary markings and tags, to include the CG-5236 Serviceable/Unserviceable Tag shall be removed. 3.2.2.4 Testing. In the course of repair, the Contractor will perform two types of testing: a. Operational tests. These tests shall be for the purpose of verifying operation and to identify areas requiring fault isolation. b. Final performance and acceptance testing. A dynamic test will be conducted to confirm acceptability of alignment and function. This must be accomplished using a fully operational equipment mock-up, or the use of Automated Test Equipment (ATE) with the ability to emulate live circuit conditions. The qualifying performance standard for the equipment shall be the test criteria contained in the equipment technical requirements. 3.2.2.5 Fault isolation. Troubleshooting of electronic equipment and modules shall recognize the fault symptom, identify the circuit responsible, and isolate the defective component(s) or sub assembly. After a fault has been localized, but prior to corrective action, ascertain that the specific fault is actually the cause of the malfunction rather than a symptom of some other malfunction. The Contractor shall be responsive to the troubleshooting procedures as indicated in the applicable technical documentation or established test procedures. 3.2.2.6 Parts replacement. Selection of parts for replacement shall be as specified in 3.2.1.1. The criteria for parts replacement shall be in accordance with 3.1.2.b. 3.2.2.7 Marking - Contractor identification. The Contractor shall affix a permanent vendor identification decal that is traceable by the Coast Guard to the Contractor, date of repair and the contract under which the repair was accomplished. 3.2.3 Technical specifications. Except where otherwise indicated, the Coast Guard will not provide the current technical specifications, manuals, or other technical data or diagnostics for repair of the items covered by this specification. The Contractor is responsible for obtaining the required technical manuals or data. This information shall remain the property of the Contractor but must be available for inspection by the Coast Guard. 3.2.3.1 Repair diagnostics. The Contractor shall develop repair diagnostics and test procedures to effectively troubleshoot problems with the components and repair the components to meet the requirements of this specification. The diagnostics and test procedures shall be in accordance with current technical specifications (see paragraph 3.2.3). 3.2.4 Test and diagnostic equipment. The Contractor shall provide all test and diagnostic equipment required to repair and test the items during the repair process. 3.2.5 Documentation. All rework performed and parts replaced on each item shall be documented. The record sheet shall contain all operations, including; inspection, initial testing, probable cause of failure, repair, alignment, cleaning, final testing, and inspection that have been performed. 3.2.5.1 Test data record sheet. A record of the data obtained during tests performed (see 3.2.2.4) shall be made on a test data record sheet. The Contractor is responsible for preparing and maintaining the documents. A copy of the applicable test data record shall be included with each item. 3.3 Security. Contractor employee access to sensitive but unclassified (for-official-use-only) information is required under this contract. Security details are contained in the attached industrial security addendum. 4. VERIFICATION 4.1 General. The Contractor shall maintain an inspection system in accordance with ANSI/ASQC-C1, which shall insure each item that is offered to the procuring activity for acceptance or approval conforms to contract requirements. The inspection system shall be documented and available for review and approval by the procuring activity. 4.2 Responsibility for inspection. Unless otherwise specified in the contract or purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified, the Contractor may use his own or any commercial facilities acceptable to the Government. 4.2.1 Records. The Contractor shall maintain records of all inspections and tests. These records shall available for viewing upon request. 4.3 Calibration. Test equipment utilized during repair shall be calibrated in accordance with ANSI/ASQC-C1-1996 using standards traceable to the National Bureau of Standards. 4.4 Submission of test plans. If the equipment is being repaired by other than an OEM authorized / certified repair facility Test Plans shall be submitted for review by the Equipment Specialist(s) prior to the award via the Contracting Officer. 5. PREPARATION FOR DELIVERY 5.1 Unit pack. All items repaired shall be individually packaged and returned in the same container that it was received in prior to induction. Remove any old markings and stickers from the containers prior to applying the new markings. A copy of the test data record sheet (see 3.2.5.1) shall be included in the container. In the event of loss or damage to the original container, the Contractor must provide an equal replacement container. 5.2 Electronic parts susceptible to damage by environmental field forces. Sensitive electronic devices and other items susceptible to environmental field force damage (electrostatic fields, electromagnetic fields, or magnetic fields, or combinations of these fields) shall be protected in accordance with MIL-STD-2073-1E. 5.3 Intermediate and exterior packing. Unit packs shall be packed in exterior shipping containers, meet common carrier acceptance and provide safe delivery to destination. 5.4 Marking. In addition to any special markings required by the contract or order, all interior packages and shipping containers shall be marked in accordance with MIL-STD-129 P. Bar coding is required. Inspection Report (OIR) Date From: (POC: name and phone number) Contract Number: ____ Repair: Line Item: ____ NIIN/NSN: ____ P/N: ____ Revision: ____ S/N: ____ Problem(s) found: ____ Recommended solution: List Material/Parts____ Anticipated Material Cost: ____ Anticipated Labor Hrs: ____ Total Anticipated Repair Cost: ____ Cost includes Open/Inspect fee? YES NO Or BER: Line Item: ____ NIIN/NSN: ____ P/N: ____ Revision: ____ S/N: ____ Problem(s) found: ____ Recommended solution: List Material/Parts____ Anticipated Material Cost: ____ Anticipated Labor Hrs: ____ Total Anticipated Repair Cost: ____ Cost includes Open/Inspect fee? YES NO Obsolete Material/Parts: ____ Or No Fault Found: Line Item: ____ NIIN/NSN: ____ P/N: ____ Revision: ____ S/N: ____ Effort made to determine the item was operational. Include any programming, alignment, set-up or material changes: ____ Inspection Report (OIR) Date: _________ From: (POC: name and phone number) _______________________________ _______________________________ _______________________________ REPAIR: Contract Number: HSCG40-___________________________ Line Item: ________________ S/N: _____________________ NIIN/NSN: ___________________________ P/N: _______________________________ Revision: _________ Problem(s) found: ________________________________________________________ _______________________________________________________________________ Recommended solution (List Material/Parts): __________________________________ _______________________________________________________________________ Anticipated Material Cost: ___________Anticipated Labor Hrs: ___________ Total Anticipated Repair Cost: _____________ Cost includes Open/Inspect fee? YES NO OR BEYOND ECONOMICAL REPAIR (BER): Contract Number: HSCG40-___________________________ Line Item: ________________ S/N: _____________________ NIIN/NSN: ___________________________ P/N: _______________________________ Revision: _________ Problem(s) found: ________________________________________________________ _______________________________________________________________________ Recommended solution (List Material/Parts/Replacement): _______________________ ________________________________________________________________________ Obsolete Material/Parts: __________________________________________________________________ Labor Hrs: ______ Cost (if any): __________ Cost includes Open/Inspect fee? YES NO OR NO FAULT FOUND: Contract Number: HSCG40-___________________________ Line Item: ________________ S/N: _____________________ NIIN/NSN: ___________________________ P/N: _______________________________ Revision: _________ Effort made to determine the item was operational (Include any programming, alignment, set-up or material changes): ________________________________________________ _______________________________________________________________________ Labor Hours: ______ Cost (if any):_________ Cost includes Open/Inspect fee? YES NO SIMPLIFIED ACQUISITION PROCEDURES (SAP) Sole Source Justification SOLICITATIONS MAY BE LIMITED TO ONE SOURCE ONLY IF THE CONTRACTING OFFICER DETERMINES THAT ONLY ONE SOURCE IS REASONABLY AVAILABLE. THIS DETERMINATION MUST BE SUPPORTED WITH FULL JUSTIFICATION FOR SOLE SOURCE FROM THE CUSTOMER. WHEN THE CUSTOMER DESCRIBES AN ITEM WITH A PURCHASE DESCRIPTION WHICH LIMITS THE AVAILABILITY TO ONE SOURCE, THE JUSTIFICATION MUST EXPLAIN WHY THE ITEM IS THE ONLY ONE THAT WILL MEET THE GOVERNMENT'S REQUIREMENT. STATEMENTS SUCH AS "ONLY KNOWN SOURCE" OR "ONLY SOURCE WHICH CAN MEET THE REQUIRED DELIVERY DATE" ARE INADEQUATE TO SUPPORT A SOLE SOURCE PURCHASE. THE CUSTOMER SHALL PROVIDE THE FOLLOWING INFORMATION: PURCHASE REQUEST OR REQUISITION NUMBER 2116406B4200CA021 PROJECT/TASK NUMBER ESTIMATED AMOUNT (Over Micro-Purchase Threshold, but up to the Simplified Acquisition Threshold) $89,320.00 BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED, AND THE INTENDED USE This purchase request is for the repair of Rockwell Collins Transmitter modules. These parts are required to maintain operational availability of the HF Broadcast system for CAMS Product Line. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED. These items must be repaired to the manufacturer's specifications as when they were originally produced, to which Rockwell Collins being the manufacturer will have full capability of. Their lab is configured to make repairs to these electronic subassemblies and their technicians have the experience with to make efficient and cost effective repairs. Units require alignment in a full mock up, without a mock up repairs cannot be guaranteed. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE WHICH CAN PROVIDE THE SUPPLIES OR SERVICES As the owner/ manufacturer of these items they have the unique ability for do all levels of repair of the equipments and return them back to original manufacturer's specifications and provide at least a 1 year warranty from the date of the repair on these items. Units require alignment in a full mock up, without a mock up repairs cannot be guaranteed. EXPLAIN WHY AN ADEQUATE PURCHASE DESCRIPTION OR OTHER INFORMATION SUITABLE TO SOLICIT BY FULL AND OPEN COMPETITION HAS NOT BEEN DEVELOPED OR ARE NOT AVAILABLE. The Coast Guard does not own the rights to the manufacturer (Rockwell Collins) specifications. As such we cannot provide any detailed information that a source may use to make repairs to these electronic assemblies. PROVIDE A STATEMENT OF ACTIONS, IF ANY, THE GOVERNMENT MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE FUTURE ACQUISITIONS ARE REQUIRED None SIGNATURE AND TITLE OF CUSTOMER KERMITZ.JAMES.A.10721967 Digitally signed by KERMITZ.JAMES.A.107219676 DN: c=US, o=U.S. Government, ou=DoD, ou=PKI, cn=KERMITZ.JAMES.A.1072196763 63 Reason: I am the author of this document Date: 2016.05.26 13:27:52 -04'00' CODE 3 ou=USCG, TELEPHONE NUMBER DATE 05/26/2016 SIGNATURE OF CONTRACTING OFFICER James Lassiter CODE TELEPHONE NUMBER DATE 06/16/2016
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bfe8a32e19a6c76920b0188c20aa042d)
- Record
- SN04154388-W 20160619/160617234859-bfe8a32e19a6c76920b0188c20aa042d (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 |