SOLICITATION NOTICE
16 -- Repair HU 25 Valve Check Assemblies and Valve Check
- Notice Date
- 11/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD or Support Procurement Building 79, 75, 79, 78, 78 or 63, Elizabeth City, NC, 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- DTCG38-04-Q-100007
- Response Due
- 12/12/2003
- Archive Date
- 1/31/2004
- Point of Contact
- Caryn McGraw, HU25 Contract Specialist, Phone 252-335-6491, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
- E-Mail Address
-
CMcGraw@arsc.uscg.mil, LHudson@arsc.uscg.mil
- Description
- 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 announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This Request for Quotation (DTCG38-04-Q-100007) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-17. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract. The award will be in accordance with FAR 6.302-1. The USCG intends to negotiate and award to the Original Equipment Manufacturer (OEM) or a responsible contractor who can repair the following material in accordance with the stated requirements. CLIN QTY Part Number Description NSN 1 16 CYLB 50419-1 Valve Check Assembly 4820-01-165-7848 2 10 CYLB 50614-1 Valve, Check 4820-01-332-8843 * ITEMS 1 & 2 ARE FLIGHT CRITICAL COMPONENTS. SCOPE OF WORK: If other than OEM, the contractor shall be a Federal Aviation Administration (FAA) authorized repair center who has demonstrated experience in the repair of the above items. All work performed by the contractor shall be in accordance with (IAW) Component Maintenance Manual specified below. The Contractor shall obtain the CMM Publication required to perform the requirements of the contract. The OEM for items 1 and 2 is (1TC61) Smith's Aerospace, 1354 Clifford Avenue, Loves Park, IL 61132-2909, Phone: (815) 637-5045, Fax (815) 877-8046. Pricing shall reflect any quantity discount. The offeror is responsible for all necessary functions to perform services requested. This includes, but is not limited, necessary labor, tooling, test equipment, materials, parts and facilities to repair the units listed to meet current minimum functional performance and test specifications designed by the original equipment manufacturer (OEM), Smith's Aerospace. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. APPLICABLE DOCUMENT: CMM 21-20-02, Dated 31 December 1982 INSPECTION/ACCEPTANCE: Inspection and acceptance shall be performed by ARSC Quality Assurance Personnel. PACKAGING AND MARKING: Each piece of equipment shall be packaged in accordance with ASTMD 3951-98 dated 10 Nov 98 to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Material shall be marked in accordance with ASTMD 3951-98 dated 10 Nov 98. Items 1 & 2 must be individually packed in a separate box; suitable for shipment via land, air, or sea. Each package shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of one year. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Bar coding is authorized, however not mandatory. AOG situations require highly visible lettering on the outside of the container. DELIVERY: Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. F.O.B. Point shall be F.O.B destination. Required Turnaround is 60 days after receipt of material. SPECIAL CONTRACT REQUIREMENTS: BEYOND ECONOMICAL REPAIR (BER) In the event the contractor considers a component listed in the contract and/or sub modules to be Beyond Economical Repair. She or He shall contact the Contracting Officer, in writing, for disposition instructions. The letter shall identify the Line Item Number, Part Number, Serial Number (if one is assigned), and a breakdown of the price for parts and labor necessary to repair the component. The contractor shall not proceed with repair until authorization (or disposition) is received from the contracting officer. Items 1 & 2 are deemed flight critical in USCG missions. Offerors shall be able to provide necessary certification including a certification of conformance to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this request for quotation and are incorporated by reference: 52.212-1 Instructions to Offerors ? Commercial Items (Oct 2003); 52.212-2 Evaluation ? Commercial Items (Jan 1999), award will be made utilizing the following factors, in descending order of importance, capability of the item to meet the Government?s requirement, price and past performance. 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 2003) Alternate I (Apr 2002) Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2003) ADDENDUM 52.246-2 Inspection of Supplies ? Fixed Price (Aug 1996); 52.246-15.1 Certificate of Conformance (Apr 1984). 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998). The full text of the clause may be accessed electronically at Internet address www.arnet.gov/far/ In conjunction with FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, under FAR 52.212-5 Contract Terms and Conditions to implement Statutes or Executive Orders (Apr 2003), the following information is provided and identifies the classes of service employees to be employed under the contract and states wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. Employee Class Aircraft Mechanic (Airframe and Powerplant Mechanic) $ 19.97 per hour and Aircraft Quality Control Inspector $21.35 per hour. Fringe Benefits required are as follows: HEALTH & WELFARE- $2.36 an hour or $94.40 a week or $409.07 a month ;VACATION- 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) Wage Determination No. 1994-3005 Revision No. 8 is applicable to this solicitation and any contract awarded as a result of this solicitation and is available upon request by the agency or by download from the FedBizOps website. * Reimburseable Transportation: Material shall be delivered F.O.B. Supplier's Plant with shipment to be made to destination(s) subject to reimbursement. The transportation cost is to be shown on the invoice as a separate item. If shipping charges exceed $100.00 they must be support by freight bill. Parcel Post Shipment requires a notation on the invoice giving the mailing rate and parcel zone. The Data Universal Numbering System (DUNS) Number is the primary identifier in the Central Contractor Registration (CCR) database. Contractors are located and identified in the CCR by their DUNS number. Therefore, to facilitate payment ensure the DUNS number is included on all invoices. A DUNS number is needed for Payment by Electronic Funds Transfer-Central Contractor Registration. A DUNS number can be obtained via www.dnb.com website. (End of Clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Oct 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (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: 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999) 52.225-13, Restriction on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (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: 52.222-41, Service Contract Act of 1965, As Amended (May 1989) (41 U.S.C. 351, et seq.). 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.). 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. 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) or (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793); (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (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) ATTENTION: Minority, Women-owned and Disadvantaged Businesses (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 on STLP, call 1-800-532-1169, Internet address: http//osdbuweb.dot.gov. ***** 52.211-15 Defense Priority and Allocation Requirements (Sep 1990): DO-A1 Rating All responsible sources may submit a proposal which shall be considered by the agency. Anticipated award date is no later than 12 January 2004. Closing date and time for receipt of offers is 4 PM Eastern Time on 12 December 2003. For information regarding this solicitation, contact Caryn H. McGraw, HU 25 Contract Specialist, Phone (252) 335-6491. Facsimile offers are acceptable and may be forwarded to (252) 334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I.
- Place of Performance
- Address: Smith's Aerospace 1354 Clifford Avenue Loves Park, IL
- Zip Code: 61132-2909
- Country: USA
- Zip Code: 61132-2909
- Record
- SN00476481-W 20031127/031125211543 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |