SOLICITATION NOTICE
16 -- Overhaul C-130H Control Generators - HSCG38-09-R-H00010
- Notice Date
- 6/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-09-R-H00010
- Archive Date
- 7/28/2009
- Point of Contact
- Janet M Delaney, Phone: 252-334-5369, Nancy F DeBerry, Phone: 252-335-6291
- E-Mail Address
-
Janet.M.Delaney@uscg.mil, nancy.deberry@uscg.mil
(Janet.M.Delaney@uscg.mil, nancy.deberry@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work - HSCG38-09-R-H00010 This is a combined synopsis/solicitation for overhaul of control generators for the USCG C130 aircraft, located at Aviation Logistics Center, Elizabeth City, NC, prepared in accordance with the procedures in FAR 12, 13.5 and 15 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written statement of work is attached and available for download. The item specified, on an as required basis for a one-year base period beginning at date of award; with four one-year option periods renewable annually at the Government’s discretion and “subject to the availability of funds”. The resulting contract will be Firm Fixed Price. Solicitation number HSCG38-09-R-H00010 is assigned for tracking purposes only. This requirement is for the overhaul of: Clin 1001 - 30 EA Control, Generator; P/N: CSV4092-3, NSN: 6610-01-344-0377, Overhauled IAW (AFTO 35C2-2-142-3). OEM Cage Code #07639, Item is Flight Critical to the USCG Mission. Clin 1002 – (1) ea - Inspection/No Fault Found Clin 1003 – (1) ea - Scrap Fee Clin 1004 – (1) ea - Hourly Labor Rate Offers are invited on the basis of F.O.B. Destination Only. Firm Fixed Pricing shall be provided for each Clin to be considered for award. Required delivery date is 60 days after receipt of material. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-33. This procurement is being competed on a total small business set-aside basis. The North American Industry Classification System Code (NAICS) is 336413 and the size standard is 1000 employees. All offerors must be current and active in the Contractor Central Registration (CCR), displaying this NAICS code to be considered for award resulting from this solicitation. All responsible small business sources may submit a proposal, which will be considered by this agency. This requirement is being satisfied through the use of “Best Value” evaluation methods. In order to be considered for award, offers must submit the following documents. (These are minimum qualification requirements and there are no exceptions) (1) Proof of FAA approval repair/overhaul station, (2) Copy that shows evidence of possession of specific technical documents, (3) Copy of QA manual and (4) Copy of Current OEM/DOD certification. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999). Evaluation Factors for award are listed in descending order of importance and together are more important than offered price: Past Performance, Experience, Warranty Coverage and offered price. Additional detail as to the evaluation methods used are provided in the attached statement of work (SOW). FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2009). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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 (c) through (m) of this provision. Offerors shall include a copy with their proposal. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2009) applies to this requirement. The following clauses from FAR 52.212-5 also apply. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), 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)). 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (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). The closing date for receipt of proposals is July 13, 2009, 3:00 pm EST. Proposals are to be sent to the attention of Janet Delaney by facsimile at (252) 335-6452 or mailed to the following address: USCG, Aviation Logistics Center, Long Range Surveillance Div., C-130 Janet Delaney, 1060 Consolidated Road, Elizabeth City, NC 27909-5001. E-mail offers are not acceptable. The offeror agrees to hold the prices in its offer for ninety (90) calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum. All offerors must be received by the time and date specified to be considered for award. Points of contact are Janet Delaney, Contract Specialist, 252-334-5369, and Nancy Deberry, Contracting Officer 252-335-6291. 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 Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington, D.C. 20593-0001. Telephone (202) 372-3695, Fax Number (202) 475-3904. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: Solicitation Number, Contracting Office, Contracting Officer, and Solicitation Closing Date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-09-R-H00010/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN01853938-W 20090625/090624000750-ec2472cf32ad46ae0ff11fd3b38f74e7 (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 |