SOLICITATION NOTICE
J -- Repair Interface Shipset IAW OEM Manual
- Notice Date
- 7/25/2008
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, ESD, C130J, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-08-Q-300032
- Response Due
- 8/8/2008
- Archive Date
- 8/23/2008
- Point of Contact
- Bill A. Kingsley,, Phone: (252)384-7283
- E-Mail Address
-
William.T.Kingsley@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard Aircraft Repair and Supply Center (ARSC), intends to issue a Purchase Order using Simplified Acquisition Procedures to the Original Equipment Manufacturer, CMC Electronics (CAGE code 38753), for the repair of Interface Shipset; Part Number 100-602294-000, NIIN 7025-21-913-6317; quantity of 9 each. These items are to be repaired in accordance with the Original Equipment Manufacturer’s Manual. The Coast Guard does not own, nor can it provide drawings or technical data related to this requirement. All items are to be delivered to Aircraft Repair and Supply Center, Elizabeth City, NC. Required delivery time is not later than September 15, 2008. The North American Industry Classification System Code is 334511 and the size standard is unrestricted. Offerors capable of providing this service are encouraged to submit a quote and technical data package sufficient to demonstrate their capabilities not later than August 08, 2008. Submissions may be faxed to 252.335.6452 or emailed to william.t.kingsley@uscg.mil. Number HSCG38-08-Q-300032 is being assigned to this procurement for tracking purposes only and is issued as a Request for Quotation (RFQ). See Numbered Note 22. This requirement is subject to all terms and conditions of the Service Contract Act. Components specified for 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 repaired. A sample of the tracking form shall be provided with the proposal. The contractor shall review all manufacturer’s service bulletins, service information letters, and equipment revisions for applicability against the reworked item’s part number. 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. FAR provision 52.212-3, Offeror representations and Certifications-Commercial Items (Jun 2008): Offerors shall include a completed copy of this provision with their offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is tailored as follows: Defense Priority and Allocation Requirements (Sept 1990); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2008); FAR 52.215-5 Facsimile Proposal (Oct 1997); FAR 52.203-6, Restrictions on Subcontractors Sales to the Government (Sept 2006), Alternate 1 (Oct 1995); FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15U.S.C 644); FAR 52.219-28 Post Award Small Business Program Representation (Jun 2007)(15 U.S.C. 632(a)); FAR 52.243-1 Changes Fixed Price (Aug 1987); FAR 52.247-34 FOB Destination (Nov 1991); FAR 52.249-15 Certificate of Conformance (Apr 1984); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action For Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003); FAR 52.233-3 Protest After Award (Aug 1996); FAR 52.222-41 Service Contract Act of 1965 as Amended (Nov 2007)(41 U.S.C. 351, et seq.); 52.22-42 Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Full text of these clauses may be found in Federal Acquisition Regulations (FAR) at http://www.arnet.gov/far/index.html HSAR 3052.209-70 Prohibition on Contracts with corporate Expatriates (Jun 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. 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 national security. Full text of this clause may be found electronically at Department of Homeland Security Acquisition Regulations (HSAR) http://www.dhs.gov/xlibrary/assets/opnbiz/cpo-acquisition-regulation-0606.pdf Notice for Filing Agency Protests It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement 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 interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 66.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-A) U.S. Coast Guard Headquarters Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 202.372.3692 Telephone 202.475.3904 Fax
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a7734e0084bf0b965f5cfe5330ad1fd3&tab=core&_cview=1)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN01624086-W 20080727/080725225705-a7734e0084bf0b965f5cfe5330ad1fd3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |