Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1996 PSA#1542

PROCUREMENT BRANCH, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001

J -- MANAGEMENT, MAINTENANCE AND REPAIR OF ROCKWELL-COLLINS AVIONICS EQUIPMENT UTILIZED ON THE HH65A HELICOPTER SOL DTCG38-96-R-10006 DUE 061496 POC CONTACT GUS HOLZMILLER, CONTRACTING OFFICER, (919) 335-6436, FAX (919) 335-6496 The U.S. Coast Guard proposes to contract for management, maintenance and repair services for the following Rockwell-Collins avionics line replacable units (LRU) utilized on the HH65A helicopter -- NSN 6610-01-136-0567, Flight Dir. Computer, P/N 622-4869-001; estimated qty 30 ea. NSN 6615-01-127-3374, AFCS Engine Panel, P/N 622-4966-001; estimated qty 50ea. NSN 5895-01-125-3872, Cockpit Control Display, P/N 622-5419-001; estimated qty 60 ea NSN 1430-01-HR2-0960, System Computer Coupler, P/N 622-8926-001; estimated qty 25 ea. NSN 5895-01-121-6900, Multifunction Display, P/N 622-477-001. estimated qty 59 ea. The original equipment manufacturer is Rockwell-Collins. The proposed services include management, repair or overhaul, shipping, storing and accounting for specified USCG avionics LRUs. Contractor will be required to maintain an inventory of repair and piece parts to meet specified response times. ?Contractor shall maintain a sufficient number of LRUs to support 95 operational HH65A helicopters with an aggregate flying hour schedule of approximately 50,000 hours per year located at 19 sites throughout the world. Specific minimum quantities of LRUs will be located at each Air Station commensurate with the number of aircraft located at each Air Station. Proposed contract will be a firm fixed price ''Power by the Hour'' basis with performance incentives. Performance incentives will be based upon preestablished response times ranging from 24 hours to 5 days to 15 days based upon the urgency of the requirement. Proposed contractor must be OEM certified with an FAA approved repair station and have access to OEM parts. Period of performance will be 6 months with options toextend for an additional 6 months with the same items and/or an expanded list of CTS-81 test equipment items. The Coast Guard does not own nor can it provide any technical data. The Coast Guard intends to solicit and negotiate the above requirements with Rockwell-Collins, Cedar Rapids, Iowa. A market study was conducted which supports our intention to solicit and negotiate with only the OEM. All responsible sources may submit an offer which will be considered by this Agency. Request for solicitation must be in writing. Telephone requests will not be honored. See Notes 22 and 26. NOTICE: For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at primeinterest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. (0059)

Loren Data Corp. http://www.ld.com (SYN# 0035 19960229\J-0002.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page