SOLICITATION NOTICE
J -- Repair/Calibration Services for Druck Air Data Pressure Test Set ADTS405-8325 - Statement of Work
- Notice Date
- 3/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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
- HSCG38-12-Q-500016
- Archive Date
- 4/19/2012
- Point of Contact
- Belinda T. Watkins, Phone: 2523356541, Linda J. Stulick, Phone: (252)335-6204
- E-Mail Address
-
belinda.t.watkins@uscg.mil, Linda.J.Stulick@uscg.mil
(belinda.t.watkins@uscg.mil, Linda.J.Stulick@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work for repair and calibration service. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 utilizing procedures of FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-12-Q-500016 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. The applicable North American Industry Classification Standard Code is 334515. The small business size standard is 500 employees. This is an unrestricted solicitation. All responsible sources may submit a quotation which shall be considered by the agency. Description of Items for Repair: 1. NSN: 4920-01-449-8072 Pressure Test Set-Qty 1 PN: ADTS405-8325 SN# TBX997 Discrepancy- Will not pass warm-up mode, needs pump replacement. Unit will require calibration. 2. NSN: 4920-01-449-8072 Pressure Test Set-Qty 1 PN: ADTS405-8325 SN#TBX 979 Discrepancy - Unit will not come out of standby, possible defective pump. Unit will require calibration. 3. NSN: 4920-01-449-8072 Pressure Test Set-Qty 1 PN: ADTS405-8325 SN# TBX942 Discrepancy - Fails leak test. Checked Ps and Pt @ 75mbar, loss of vacuum leak rate 4 times that of allowed tolerance. Unit will require calibration. 4. NSN: 4920-01-449-8072 Pressure Test Set-Qty 1 PN: ADTS405-8325 SN# TBX998 Discrepancy - Ps leak and broken pressure connection from pump to ADTS 405 unit. Unit will require calibration. 5. NSN: 4920-01-449-8072 Pressure Test Set-Qty 1 PN: ADTS405-8325 SN# TBX956 Discrepancy - Plastic fitting on pressure hose broken, preventing vacuum from pressurizing. Unit will require calibration. 6. NSN: 4920-01-449-8072 Pressure Test Set-Qty 1 PN: ADTS405-8325 SN# TBX1035 Discrepancy - Suspect bad power supply. Unit will require calibration. NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Delivery on or about: Desired delivery is 90 days after receipt of material to your facility. Earlier deliveries are desired and will be accepted. F.O.B. Destination is requested as the F.O.B. point for the deliverables. All offers will be considered F.O.B. Destination unless F.O.B. origin is specified and shipping costs are included. The following FAR provisions and clauses apply to this RFQ and are incorporated by reference: 52.252-2 Clauses Incorporated by Reference Feb 1998 This solicitation 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 the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 52.212-2 Evaluation-Commercial Items Jan 1999 The provision at FAR 52.212-2 Evaluation of Commercial Items is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated based on the criteria listed below. In lieu of this provision, quotes will be evaluated in accordance with the evaluation procedures in FAR 13.106-2. Award will be made to the offeror representing the best value to the Government. Technical Capability: Technical capability will be evaluated on the ability of the offeror to provide the required items or that satisfy all form, fit and function requirements of the original parts and conform to the approved configurations. The Offeror must submit data that adequately demonstrates that its product meets or exceeds the requirements of the solicitation in accordance with the clause at FAR 52.246-15, Certificate of Conformance. A general statement of compliance or restatement of the requirements is insufficient. Price: The offeror shall provide firm fixed pricing for the requested items. If offeror proposes F.O.B. Origin, the quote must also include estimated shipping costs for each line item. The shipping costs will be used in evaluation of price to arrive at a total cost to the Government. 52.212-3 Offeror Representations and Certifications-Commercial Items Mar 2012 X Alternate I of 52.212-3. Apr 2011 An offeror shall complete only paragraph (b) of this 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 (c) through (m) of this provision. (End of Provision) 52.212-4 Contract Terms and Conditions Commercial Items Feb 2012 Addendum: In accordance with FAR Part 12.302 (b) this addendum reflects tailoring to the basic FAR clause 52.212-4 Additional Invoicing Instructions - The Contractor shall submit an original electronic invoice to: Chief, Fiscal Branch, USCG, ALC, alc-fiscal@uscg.mil. Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading (invoices with shipping charges in excess of $100 must be accompanied by a certified freight bill. 52.212-5 Contract Terms and Conditions Required to Implement Mar 2012 Statutes or Executive Orders-Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). __ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (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: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (11) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (40) 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). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.211-14 Notice of Priority Rating for National Defense, Apr 2008 Emergency Preparedness and Energy Program Use Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.] (End of Provision) 52.246-15 Certificate of Conformance Apr 1984 52.247-34 F.O.B. Destination Nov 1991 All responsible sources may submit a quotation which shall be considered by the Agency. Closing date and time for receipt of offers is 4 April 2012, 4:30 p.m., EST. Anticipated award date is on or about 13 April 2012. E-mail quotes are preferred and may be sent to belinda.t.watkins@uscg.mil or alternate linda.j.stulick@uscg.mil. Please indicate HSCG38-12-Q-500016 in subject line. Quotes may also be faxed to 252-334-5242, or mailed to the following address: USCG ALC 1664 Weeksville Road Building 78, ESD Procurement Attn: Belinda Watkins Elizabeth City, NC 27909
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-500016/listing.html)
- Place of Performance
- Address: Aviation Logistics Center, DHS-United States Coast Guard, 1664 Weeksville Road, Elizabeth City, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN02707604-W 20120330/120328235043-7f791f8dd5304f99c57eb7dc2c611ab0 (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 |