|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1999 PSA#2481Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 J -- OVERHAUL OF BALLSCREW ASSEMBLIES SOL DTCG38-00-Q-30002 DUE 120499
POC Martha Hebrew, Contracting Officer, 252-335-6557 or William Creef,
252-335-6432 . This is a combined synopsis/solicitation for commercial
items prepared in accordance with the format in Subpart 12.6, as
supplemented with additional information included in this notice. This
requirement will be satisfied using commercial acquisition procedures
specified in FAR Part 12. This announcement constitutes the only
solicitation; firm-fixed-price proposals for overhaul of the following
items are being requested and a written solicitation will not be
issued. Solicitation number DTCG38-00-Q-30002 is being assigned to this
procurement for tracking purposes only and this synopsis/solicitation
is being issued as a Request for Proposal (RFP). The incorporated
clauses and provisions are those in effect through Federal Acquisition
Circular 97-14. This requirement is considered a small business
set-aside; the Standard Industrial Classification Code is 3728 and the
size standard is 1000 employees. This synopsis/solicitation is issued
for the overhaul of NSN 1620-01-263-6733, P/N 8430M4 for a quantity of
6. Overhaul of these items shall be accomplished in accordance with Air
Force Technical Order 16G3-2-87-3 and NSN 1620-00-677-6681, P/N
1650E615 for a quantity of 2 shall be overhauled in accordance with Air
ForceTechnical Order 16G3-2-48-23. Offerors are also required to
propose firm-fixed price for scrapping reparables which are determined
"Beyond Economical Repair". Offerors must possess a current FAA
certification or an OEM certification to perform overhaul and service
on the items listed above and must provide proof of these
certifications with the proposal. Firm-fixed prices do not include
components received that indicate obvious misuse, cannibalization, or
severe damage due to mishandling or crash damage. Components received
in the above listed conditions will be handled on a case by case basis,
after notification to the Contracting Officer of such condition. Within
fifteen days of the determination, the Contractor shall submit a
condition report for Unusually Damaged Items listing parts and labor
required to accomplish the "over and above work". The contractor shall
be entitled to the firm-fixed-price specified in the contract for
overhaul/modification/reconfiguration and any amounts proposed for
"over and aboves" will be negotiated separately. High cost replacement
parts and/or the presence of corrosion will NOT be considered as
reasons for "over and above" proposals and will not necessitate
re-negotiation of the overhaul prices. Nonreworkable items replaced
during overhaul shall be disposed of as scrap, which means to render
those items unusable for their intended purpose. Should any of the
reparables be determined "Beyond Economical Repair", the contractor
shall immediately notify the Contracting Officer and await disposition
instructions. The Contractor will be entitled to the flat scrap rate
charge specified in the award document. Offerors' proposals are to
include a delivery schedule. Desired delivery to commence within 30
days after receipt of material. Accordingly, the contractor will be
required to notify the Contracting Officer upon receipt of the
reparables. Earlier deliveries are acceptable and desired at no
additional cost to the Coast Guard. These items are flight critical.
Inspection shall be accomplished through documentation utilizing
either, Certificate of Conformance in accordance with FAR 52.246-15 or
FAA Form 8130-3 and acceptance shall be performed at destination by
USCG ARSC Quality Assurance Personnel. Fob point shall be destination.
Copies of packing slips and Certificate of Conformance or FAA Form
8130-3, shall be affixed to the outside of the shipping container.
Packaging of the items for return shipment shall be in accordance with
the Contractor's best commercial practices with the following
exceptions: Each item or unit must be individually packed in a separate
box, carton, or crate. Each individual container shall be labeled on
the outside with NSN, Part Number, Serial Number, Quantity,
Nomenclature, Purchase Order Number, and Line Item. Only Bar Coding of
the NSN is necessary. The internal packaging material shall be
sufficient to prevent damage during shipment, handling, and storage.
Each unit shall be packaged to protect against electrostatic damage.
Preservation protection must be sufficient to prevent corrosion,
deterioration or decay during warehouse storage for a period of one
year, but no preservation coating will be applied directly to the
component. Packaging material shall NOT consist of the following
material: popcorn, shredded paper, styrofoam of any type, or peanut
style packaging. Components specified for rework/overhaul are serial
number tracked by the Coast Guard's Aviation Computerized Maintenance
System, (ACMS). The contractor shall maintain a legible component
tracking form for each item reworked or overhauled. A sample of the
tracking form shall be provided by request or upon award of the
requirement. The contractor shall review all manufacturers' service
bulletins, service information letters and equipment revisions for
applicability against the reworked item's part number. The closing date
for receipt of offers is 04 December, 1999, 3:00 pm, EST. Facsimile
offers are acceptable and may be forwarded via fax number 252-335-6452.
FAR provision 52.212-2 applies; evaluation factor for award of this
requirement will be based on price. Offeror's are instructed to include
a completed copy of FAR provision 52.212-3, Offeror Representations and
Certifications-Commercial Items (Oct 1999) with their offers. Offerors
that do not have access to these certifications may request a copy
from the point of contact referenced above to obtain them. The
following FAR provisions and clauses apply to this solicitation and are
incorporated by reference: FAR 52.212-1, Instructions to Offerors --
Commercial Items (June 1999); FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items (May 1999); FAR 52.203-6, Restrictions on
Subcontractors Sales to the Government (Jul 1995), Alternate I, (Oct
1995); FAR 52.219-8, Utilization of Small, Small Disadvantaged and
Women-Owned Small Business Concerns (Jan 1999); FAR 52.222-36, Equal
Opportunity (Apr 1984); FAR 52-222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (Apr 1998); FAR 52.222-36,
Affirmative Action for Workers with Disabilities (June 1998); FAR
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era (Apr 1998); FAR 52.225-3, Buy American Act-Supplies (Jan
1994); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.203-3
Gratuities (Apr 1984); FAR 52.203-8, Cancellation, Recission, and
Recovery of Funds for Illegal or Improper Activity; FAR 52.203-10,
Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997);
FAR 52.203-12, Limitation on Payments to Influence Certain Federal
Transactions; FAR 52.204-4, Printing/Copying Double-Sided on Recycled
Paper (Jun 1996); FAR 52.211-15, Defense Priority and Allocation
Requirements (Sep 1990); FAR 52.219-6, Notice of Small Business
Set-Aside (Jul 1986); FAR 52.243-1, Changes Fixed Price (Aug 1987)
Alternate I (Apr 1984); FAR 52.245-1, Property Records (Apr 1984); FAR
52.247-34, FOB Destination (Nov 1991). Defense Priorities and
Allocations System Rating: DO-A1. Notice to Offerors: It is the policy
of the Coast Guard to issue solicitations and make contract awards in
a fair and timely manner. To further this policy, the Commandant has
created the position of Solicitation Ombudsman who is empowered to
investigate issues raised by prospective offerors and resolve them,
where possible, without expensive and time consuming litigation.
Potential offerors who believe that a Coast Guard solicitation 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 offeror should then contact the Coast Guard
Solicitation Ombudsman at the following address: Commandant
(G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593. Telephone
(202) 267-2285, Fax No. (202) 267-4011. Potential offerors should
provide the following information to the Ombudsman in order to ensure
a timely response: solicitation number, contracting office, contracting
office, contracting officer, and solicitation closing date. ATTENTION:
Minority, Women-Owned and Disadvantaged Business Enterprises(DBE's)!
The Department of Transportation (DOT), Short-Term Lending Program
(STLP) offers working capital financing in the form of lines of credit
to finance accounts receivable for transportation related contracts.
Maximum line of credit is $500,000 with interest at the prime rate. For
further information, call (800) 532-1169. Internet address:
http://osdbuweb.dot.gov. Posted 11/19/99 (W-SN402353). (0323) Loren Data Corp. http://www.ld.com (SYN# 0050 19991123\J-0012.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|