COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3, 2001 PSA #2989
SOLICITATIONS
R -- CONTRACTOR SHALL PROVIDE ENGINEERING AND LOGISTIC SERVICES TO OPERATE, MAINTAIN, AND EXPAND THE FUNCTIONALITY OF THE AVIATION COMPUTERIZED MAINTENANCE SYSTEM (ACMS)
- Notice Date
- November 29, 2001
- Contracting Office
- Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- DTCG38-02-R-S90001
- Point of Contact
- Mr. Peter Thomas, Contract Specialist, (252) 335-6643 or Mr. Gus Holzmiller, Contracting Officer, (252) 335-6436
- E-Mail Address
- Click here to contact the Contract Specialist via (pthomas@arsc.uscg.mil)
- Description
- The U.S. Coast Guard Aircraft Repair & Supply Center, Engineering and Industrial Support Division, Elizabeth City, NC, intends to competitively acquire engineering, logistics and technical services for the Aviation Computerized Maintenance System (ACMS) located at this complex. The contractor shall provide engineering and logistic services to operate, maintain, and expand the functionality of the Aviation Computerized Maintenance System (ACMS). The ACMS module of ALMIS performs scheduling and reporting tasks in support of the maintenance activities for the Coast Guard's fixed and rotary wing aircraft, Mandatory Special Requirements (MSR) items, and selected Special Requirements (SR) items. ACMS also manages aircraft configuration data to provide tracking and maintenance history for all items designated as Serial Number Tracked (SNT) components or assemblies. The tracking of maintenance, repairs, calibration, and transportation times of avionics equipment and aircraft components is also performed. Operational, managerial, and system reports are produced on demand and on an automated basis. Solicitation number DTCG38-02-R-S90001 will be issued as a Request for Proposal (RFP). The contract type shall be an Indefinite Delivery Indefinite Quantity (IDIQ) Labor-hour. The Government intends to make a single award. The NAICS code for this acquisition is 514210. This is a 100% Small Business set-aside. For the purpose of determining small business status for this procurement, the average annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $18 Million. Only small businesses will be considered for award. The Service Contract Act applies; therefore, Department of Labor Wage Determination #1994-2543 revision #27 will be incorporated into the solicitation and will be available on our website. The contract base period of performance shall be three (3) years. However, this contract will incorporate award term incentive year(s) that may be extended in one-year "award term" increments, up to an additional seven (7) years, based on overall contract performance. Therefore, the total contract duration could be 10 years. The Request for Proposal requires separate technical and price proposals to be evaluated on a best value basis for award. The technical evaluation criteria, follows in descending order of importance: On-Site Management/Experience/Trained Personnel, Relevant Experience, Operating Procedures to Accomplish Requirements, and Past Performance. In addition, all offerors are required to forward references concerning their past performance regarding their capability to perform this type of service over the last three years. One contractor will be selected whose proposal is determined to be the best value based on Source Selection Procedures. The offeror's technical proposal will be evaluated in order to compete in the Reverse Auction phase. A pre-solicitation conference will be held at the U.S. Coast Guard, Aviation Technical Training Center (ATTC), Building 4, "Multi-Purpose Room", Elizabeth City, North Carolina, on 18 December 2001 at 9:00 A.M. local time. Due to recent events, Coast Guard's base security has increased and, therefore, we will require advance notification (3 days prior to the event) who from your company will attend. Your written registration request shall address your company's name and address, number of representatives, names of all attendees, telephone number, and facsimile number. Registration requests should be addressed to: Mr. Peter Thomas, Contract Specialist, US Coast Guard Aircraft Repair & Supply Center, Procurement Support Services, Building 63, Elizabeth City, NC 27909 or you may forward the same requested information via email to: pthomas@arsc.uscg.mil or by facsimile to: (252) 335-6840. TELEHONE REQUESTS WILL NOT BE HONORED. OFFERORS ARE ENCOURAGED TO SUBMIT WRITTEN QUESTIONS PRIOR TO THE PRE-SOLICITATION CONFERENCE. For information about site location and motel accommodations refer to our website. A draft solicitation and associated documents will become available for review on or about 11 December 2001 at: http://www.uscg.mil/hq/arsc/Contracting/coco.htm . Please note, that the draft solicitation documents available on this website are to be considered "draft only", and do not constitute a formal Request for Proposal (RFP). NO TELEPHONE INQUIRIES WILL BE ACCEPTED. IT IS THE PROSPECTIVE OFFEROR'S RESPONSIBILITY TO CHECK THE WEBSITE FOR UPDATES, AMENDMENTS, OR ADDITIONAL INFORMATION. THE GOVERNMENT WILL NOT BE HELD RESPONSIBLE FOR ANY INFORMATION A PROSPECTIVE OFFEROR DOES NOT RECEIVE ONCE THE INFORMATION IS AVAILABLE ON THE LISTED WEBSITE. The prospective contractor must be registered in the Central Contractor Registration (CCR) to be eligible for award. Contractors may register in the CCR by visiting the CCR website at www.ccr2000.com . The anticipated release date for the Request For Proposal will be 15 January 2002 with a closing date and time for submission on or about 15 February 2002 at 2:30 P.M. local time. Offerors are strongly advised to access the U.S. Coast Guard Aircraft Repair & Supply Center's Internet Homepage http://www.uscg.mil/hq/arsc/Contracting/coco.htm frequently for revised information. Request for a copy of this proposal shall be in writing and mailed to the following address or you may correspond via email to: pthomas@arsc.uscg.mil . Offeror's shall include solicitation number, business name and address, point of contact, telephone number, email address, facsimile number, and DUN and Bradstreet Number. Proposals are to be submitted to: USCG Aircraft Repair and Supply Center, Aviation Logistics Division, Building 63, Elizabeth City, NC 27909-5001, Attn: Mr. Peter Thomas. NO FACSIMILE OR EMAIL PROPOSALS WILL BE ACCEPTED. Contractors that are Debarred, Suspended, or Proposed for Debarments are excluded from receiving contracts. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. 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. See Number Notes: 1
- Web Link
- Click Solicitations; Procurement Support Office: Future (http://www.uscg.mil/hq/arsc/Contracting/coco.htm)
- Record
- Loren Data Corp. 20011203/RSOL013.HTM (W-333 SN5139Q6)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on November 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|