Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
MODIFICATION

16 -- Repair of HU-25 components

Notice Date
3/8/2005
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-05-Q-101007
 
Response Due
4/7/2005
 
Archive Date
4/22/2005
 
Small Business Set-Aside
Total Small Business
 
Description
"CONTINUED FROM COMBINED SYNOPSIS/SOLICITATION" The following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR), Provisions and Clauses apply: FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005) FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999) Award will be made utilizing the following factors, in descending order of importance: The Coast Guard intends to award to the Contractor whose proposal is identified as offering the best value solution. The Source Selection Team (SST) may determine the best value for the Coast Guard merits a higher price based on technical superiority. The SST, using sound business judgment, will base the selection decision on an integrated assessment of the proposal?s relative capability as measured against the below evaluation factors: o Factor 1 ?Technical/Management Solution/Approach o Factor 2 ? Performance Measures and Metrics o Factor 3 ? Past Performance o Factor 4 ? Cost/Price Factor 1 and Factor 2 are equal and each is significantly more important than Factor 3. While the Cost/Price is an important part of the integrated selection decision, the non-Cost/price factors are significantly more important than the Cost/Price factor. Cost/price will become increasingly important as proposal evaluation ratings for technical factors approach equal. DETAILED FACTORS Factor 1: Technical Management/Solution/Approach The technical/management solution/approach will be evaluated for its quality and evidence of extent to which Contractor?s solutions will achieve Coast Guard objectives of repair. The evaluation will include an assessment that the solution adheres to sound engineering, design and management practices and that the Contractor has a complete understanding of the objectives, constraints and is customer focused. Evidence of the quality of the technical management/solution/approach includes: (a) A comprehensive performance work statement and contract breakdown structure that identifies the services to be delivered to meet the program and mission requirements set forth in the statement of objectives. (b) A sound technical proposal that clearly demonstrates how implementation of the proposed solutions will deliver timely, stable, reliable, secure, flexible, responsive, compliant and cost effective services. (c) A sound partnering approach to management that demonstrates the ability to aggressively identify and apply information technology solutions to business processes. The management approach needs to provide: Highly qualified and experienced key personnel with a proven track record of success in providing large enterprise-wide managed services under performance based arrangements. Clear lines of communication between the Contractor?s team and the Coast Guard for timely problem identification, mitigation and resolution. Active and continuing participation and involvement of senior corporate executives in ensuring the success of this program. (d) The Contractor?s validated process and procedures that ensure high quality performance (i.e., ISO 9000 type or other quality certifications). Factor 2: Performance Measures and Metrics The offered performance metrics and service level agreements will be evaluated for the extent they are: (a) Comprehensive in their ability to quantify, measure, track, and report operational performance relating to both system and management performance as well as achievement of Coast Guard objectives, (b) Identifying the highest level of service consistent with cost effectiveness, such as Mean Time Between Failure (c) Tied to performance incentives and disincentives that are directly related to meeting or exceeding mission critical performance metrics. Factor 3: Past Performance The past performance evaluation will examine how the Contractor?s past and present performance validates expected performance and customer satisfaction. The Coast Guard may use data obtained from other sources to conduct the past performance assessment, as well as that provided in the proposal. The past performance evaluation will also examine the Contractor?s actual performance on repair/overhaul of similar or like items. This review will focus on the scope and complexity of the efforts, the performance measures? service levels applied, and the actual results achieved against those measures. Factor 4: Cost/Price Each Contractor?s cost/price proposal will be evaluated based on the following: (a) Evaluation of proposed price/cost (b) Reasonableness: Reasonableness will be established by the existence of adequate price competition and by comparing all, or a representative sample of the proposed prices/costs to industry average rates and/or rates from other contracts for similar work, etc. (c) Realism: A realism assessment will be accomplished by technical review and evaluation of the skill mix, specific hours, and material kinds and quantity for each identified CLIN/SubCLIN in the Contractor?s proposed cost/price proposal. The intent of the evaluation is to determine whether the estimated proposed price/cost elements are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the approach described in the Contractor?s technical proposal. (End of Provision) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005) Alt I (Apr 2002). Vendor shall include a completed copy of this provision with his quote as follows: (1) Only complete paragraph (j) of this provision inclusive of information required by Alt I if the annual representations and certifications electronically have been completed at http://orca.bpn.gov; or (1) Complete only paragraphs (b) through (i) inclusive of information required by Alt I if the annual representations and certifications have not been completed electronically at the ORCA website. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003) ADDENDUM FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (Alt IV (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been repaired in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. 52.216-18 Ordering (Oct 1995) at any time during the effective term of the contract including the effective period of any option(s) exercised. 52.216-19 Order Limitations (Oct 1995) (a) 1 each (b)(1) The total estimated line item quantity (b)(2) The total estimated combined contract line items quantity (b)(3) 15 calendar days (d) 15 calendar days 52.216-21 Requirements (Oct 1995) (f) 30 January 2010 52.217-5 Evaluation of Options (Jul 1990) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) para (a) ? within the 30 day period prior to contract or option period expiration. para (c) ? 5 years 52.222-49 Service Contract Act ? Place of Performance Unknown (May 1989) (a)Addison, TX; Deerfield Beach, FL; O?Fallon, MO; and Ronkonkoma, NY (b) 4:00 PM on April 7 2005 52.245-1 Property Records - (Apr 1984) 52.245-2 Government Property (Fixed-Price Contracts) (May 2004) 52.246-2 Inspection of Supplies ? Fixed Price (Aug 1996) 52.246-4 Inspection of Services ? Fixed Price (Aug 1996) 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the Full Text of a clause may be accessed electronically at this internet address; www.arnet.gov/far/ HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES [DEC 2003] (a) Prohibitions. Section 835 of Public Law 107-296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. 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 homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. (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, Public Law 107-296, 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 after November 25, 2002, 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 the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, Public Law 107-296. (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 after the date of enactment of this Act and 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 Public Law 107-296 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. By signing and submitting its offer, an offeror under this solicitation represents that it not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of Section 835 of the Homeland Security Act, Public Law 107- 296 of November 25, 2002. (g) If a waiver has been granted, a copy of the approved waiver shall be attached to the bid or proposal. (End of clause) 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (Dec 2003) 3052.222-90 Local hire. (USCG) (Dec 2003) 3052.245-70 Government Property Reports (Dec 2003) 3052.247-72 F.O.B. Destination Only (Dec 2003) (End of Clause) 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-Commercial Items (Oct 2004), the following information is provided and identifies the clauses 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. STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. Employee Class: Aircraft mechanic (airframe and powerplant mechanic) (WG-10), aircraft mechanic helper (airframe and powerplant mechanic helper) (WG-5), aircraft quality control inspection (WG-11). Annual Leave: Two hours per week for service less than three years; three hours per week for service of three years but less than 15 years; and 4 hours per week for service for 15 years or more. Paid Holidays: Ten per year. Government?s contribution to sick leave and life, accident and health insurance: 5.1% of basic hourly rate. Government?s contribution to retirement pay: 7% of basic hourly rate. Wage Determination Numbers 1994-2309, Revision Number 30 dated 08/05/04, 1994-2509, Revision Number 25 dated 08/04/04, 1994-2373, Revision Number 23 dated 08/06/04 and 1994-2111, Revision Number 27 dated 08/10/04 is applicable to this solicitation and the appropriate wage determination relating to the contract location of contract awardee as a result of this solicitation and are available upon request by the agency or by download from the FedBizOps web site. (End of Clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Jan 2005) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C 637(a)(14)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 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). 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.). 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (End of Clause) 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990); Closing date and time for receipt of offers is 07 April 2005, 4:00 pm, Local Time. PRICES MUST REMAIN EFFECTIVE FOR 90 DAYS AFTER CLOSING OF SOLICITATION. All small business responsible sources may submit a proposal which shall be considered by the Agency. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price for base and each ordering period and extended price; FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date and include the required FAR 52.212-3, including Alternate 1 per the instructions in this solicitation cited under the clause. Facsimile Offers are acceptable and may be forwarded via fax number 252-334-5427, attention Tonya Bush. Electronic submission may be sent to tbush@arsc.uscg.mil. See Numbered Note 1. 18. N/A!! 19. N/A!! Enclosure (1) to COMDTINST 4200.14, NOTICE FOR FILING AGENCY PROTESTS, is attached. Enclosure (1) to COMDTINST 4200.14
 
Record
SN00764272-W 20050310/050308211545 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.