SOLICITATION NOTICE
J -- Repair of GE CT7-9C3 Engine Power Units and Components - Schedule Worksheet
- Notice Date
- 7/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- 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-R-010007
- Archive Date
- 8/24/2012
- Point of Contact
- Linda D Clark, Phone: 252-334-5212
- E-Mail Address
-
linda.d.clark@uscg.mil
(linda.d.clark@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This attachment lists the quantities and time periods that are applicable to this requirement. Combined Synopsis Solicitation HSCG38-12-R-010007 Engine and Engine Component Repair 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; proposals are being requested and a solicitation will not be issued. Solicitation number HSCG38-12-R-010007 is assigned to this procurement for tracking purposes only and is issued as a Request for Proposal (RFP). This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-59. This is an unrestricted procurement. The North American Industry Classification System (NAICS) code is 488190. The small business size standard is $30.0 million average annual receipts. In accordance with FAR 5.201, the intent to contract for this service will be submitted to FBO. This contract will be awarded as a firm-fixed-price requirements contract. Offerors must submit prices for the Base Year and Option Year 1 in order to be considered for award. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. The Coast Guard cannot furnish Original Equipment Manufacturer (OEM) Manuals, Air Force Technical Orders (AFTOs) or Naval Air Publications (NAVAIRs). The contract will include one base year and one option year renewable at the discretion of the government. The successive year will run consecutively to the base year. ALL QUANTITIES ARE ESTIMATES. All responsible sources may submit a proposal which shall be considered by the agency. Offerors are requested to use the attached Proposal Worksheet or in separate correspondence indicate nomenclature, NSN, part number, unit price, and extended price and delivery time. Proposals shall indicate F.O.B. point for this action as F.O.B. Destination or if F.O.B. Origin, the proposal must indicate estimated shipping cost, any discounts for prompt payment, business size standards and minority classification. THE ATTACHED SCHEDULE/WORKSHEET APPLIES: To see the schedule of services required please view the attached worksheet. These part numbers are approved for use on the HC-144A aircraft manufactured by Airbus Military (formerly EADS CASA), Seville, Spain. The base CASA CN235M aircraft provides the foundation for the HC-144A. The CT7-9C3 turboprop engine power units are manufactured by General Electric, Aviation Division of Lynn, MA, USA, Original Equipment Manufacturer, (OEM). Delivery will be made to USCG, Aviation Logistics Center (ALC), Receiving Section, Bldg. 63, Elizabeth City, NC 27909 marked for Field Stock (00001). Interested parties submitting a proposal shall include the following information with their proposal package: • Performance Work Statement • Technical Data Package • Quality Certifications • Delivery schedule proposed in calendar days • Relevant Past Performance with points of contacts including email addresses and phone numbers • Subcontracting plan or a request for waiver if no subcontracting opportunities exist • Firm Fixed Price Proposal - Contractor shall submit a proposal including the requested information for other than cost or pricing data. USCG STATEMENT OF OBJECTIVES (SOO) CT7-9C3 ENGINE, MODULE, AND COMPONENT CONFIGURATIONS REPAIR 1.0 BACKGROUND 1.1 The U.S. Coast Guard (USCG/CG) currently operates thirteen HC-144A Maritime Patrol Aircraft each powered by two GE CT7-9C3 turboprop engine power units. The aircraft are manufactured by AIRBUS MILITARY (formerly EADS CASA) in Seville, Spain and the CT7-9C3 turboprop engine power units are manufactured by General Electric, Aviation Division of Lynn, MA. USA, Original Equipment Manufacturer (OEM). These aircraft including the engines are procured under the authority of the Coast Guard Aviation Program Management Office. While the base CASA CN-235-300M aircraft provides the foundation for the Coast Guard HC-144A, changes to base aircraft configuration and the addition of supplementary systems have been combined resulting in a CG01 version of the CN-235-300M. The end state for the fleet size is still under review but could include as many as 36 assets. The projected number of Coast Guard assets over the next five years includes up to twenty operational HC-144A aircraft with each averaging 1200 flight hours annually. 1.2 These Maritime Patrol Aircraft with the CT7-9C3, turboprop engines, are operated differently from general aviation in support of Coast Guard search and rescue missions, as well as surveillance and reconnaissance missions. USCG HC-144A missions require frequent operation at lower altitudes and in salt-laden environments. These environments accelerate corrosion on airframe structures, engine power units and components of the aircraft. The aircraft, the engine power units, and its components are inspected by USCG personnel in accordance with (IAW) the Original Equipment Manufacturers' periodic requirements and in conjunction with the USCG's specialized Asset Computerized Maintenance System (ACMS). 2.0 SCOPE 2.1 The scope of this SOO is intended to provide repair and modification services for General Electric (GE) CT7-9C3 turboprop engine power units, P/N 6058T83G01, NSN 2840-01-HS2-4327 and components as listed on the schedule/worksheet. 2.2 The contractor must track and document for USCG specialized ACMS and Significant Component History Reports (SCHR) the necessary calendar time, flight time, and appropriate flight cycle requirement for the CT7-9C3 engine power units, modules, and components which must be accomplished to maintain the integrity of any OEM high-time hourly intervals and life cycle limits. 2.3 Repair and modification of all CT7-9C3 engine power units, modules, and components, must be accomplished IAW the OEM specifications. This SOO establishes the minimum CG requirements necessary for repairs and modification of the engine power units, modules, and components and is not intended to be all inclusive, nor detract from the procedures outlined in the manufacturer's drawings, manuals, specifications, and service bulletins. CG configuration control requires that applicable Service Bulletins and modifications for all ACMS tracked engine power units, modules, and components not previously configured, shall not be incorporated without prior written approval from the CG Contracting Officer. 2.4 The Contractor must have access to, and ability to obtain, current OEM specifications for inspection and repairs of the CT7-9C3 engine and its components, including Component Maintenance Manuals (CMM), Revisions, Service Bulletins, Modifications, Amendments, and drawings as the USCG does not own, nor can it provide this data. 2.5 The Contractor must list, and provide a status of, all OEM CMMs, including Revisions, Service Bulletins, Modifications, Amendments, or other specifications applicable to the repairs and modification of Coast Guard CT7-9C3 engine power units, modules, and components. 2.6 The Contractor must be responsible for all necessary functions to perform services requested. This includes, but is not limited to, required tooling, manuals, test equipment, parts, material, engineering services, management, maintenance, documentation, preservation, shipping, etc., to and modifies CT7-9C3 engine power units, modules, and components in an efficient and timely manner. 3.0 OBJECTIVES The Objectives of the USCG Aviation Logistics Center (ALC) HC-144A Division: 3.1 To obtain the services of a Federal Aviation Administration (FAA) Part 145 authorized repair center or equivalent to effectively inspect, test, troubleshoot, clean, repair, and modify GE CT7-9C3 engine power units to current OEM configurations while maintaining any CG specific requirements for return to service in a Ready For Issue (RFI) condition and CG operational use. The engine power units and components must remain configured for installation on USCG HC-144A aircraft. 3.2 To award a Firm-Fixed-Price (FFP) contract, based on the objectives and requirements of this SOO, and attached schedule of services. 3.3 To have CT7-9C3 engine power units, modules, and components inspected, repaired, or modified IAW OEM repair specifications, and Component Maintenance Manuals, including Revisions, Service Bulletins, Modifications, and Amendments. See paragraph 3.9 for configuration changes. 3.4 To have CT7-9C3 engine power units, modules, and components repaired, or modified for return to service with FAA airworthiness Form 8130-3 or other FAA authorized airworthiness form attached. 3.5 To have CT7-9C3 engine power units, modules, and components repaired or modified for return to service within 120 calendar days after receipt of material (ARM) at contractors repair facility. Earlier delivery is acceptable and desired. 3.6 To obtain and maintain a current list and status of all OEM Overhaul, Repair and Component Maintenance Manuals (CMM), including Revisions (Rev), Temporary Revisions (TR), Service Bulletins (SB), Modifications (MOD), Amendments (AMD) or other specifications applicable to the overhaul, repairs and modification of the Coast Guard CT7-9C3 engine power units, modules, and components. 3.7 To track and document calendar time, flight time, engine flight/life cycles, all work and services performed on CT7-9C3 engine power units, modules, and specific components as required under USCG ACMS. Tracking provides significant component historical records of component installations, removals, overhauls, repairs, and modifications including component transit, storage, status, and locations. ACMS tracking provides and an effective means of configuration control to maintain the integrity of OEM overhaul/high time hourly intervals including flight and life cycle limits as applicable to CT7-9C3 engine power units, modules, and components. For configuration control prior written approval of the CG Contracting Officer shall be obtained for any configuration changes to engine power units, modules and components. See paragraph 3.9 for specific information on the incorporation of Service Bulletins and modifications. 3.8 To obtain repair, and modification services for CG CT7-9C3 engine power units, modules, and components which include the complete teardown, inspection, rework, assembly, and testing of all identified schedule parts IAW OEM specifications. Definitions for various levels of repair and modification are contained in section 11.0 of this SOO. 3.9 To maintain all Service Bulletins and other modifications previously incorporated unless otherwise directed by the CG Contracting Officer. 3.9.1 Service bulletin configurations are subject to change during the course of the contract period. Service Bulletins and modifications not previously incorporated shall be identified for the Contracting Officer. The Contractor is responsible for obtaining and notifying the Contracting Officer of service bulletin changes and modifications, for disposition approval prior to incorporation of those changes and modifications. 3.9.2 Service bulletins incorporated during performance of this requirement may create new part number configurations, which supersede the previous configurations. In cases where the older configurations cannot be modified to the newer configurations, the new configuration part numbers may be added to the contract. The Contractor shall notify and request disposition instructions from the Contracting Officer for superseded parts, which have been removed and replaced by newer configurations. 3.9.3 Upon receipt of notification and authorization from the Contracting Officer that a service bulletin or modification is to be incorporated, the Contractor shall submit, within thirty (30) calendar days after receipt of that notification, a Firm-Fixed-Price proposal for an incremental charge to be assessed each time the service bulletin is incorporated in a component. The proposal shall contain a breakdown of material and labor costs including hours, labor categories, labor rates, and applicable mark ups. The incremental charge agreed to for incorporation of a service bulletin shall apply only to those components into which the Contractor incorporates a required service bulletin, and not those into which the service bulletin has been previously incorporated. Upon agreement of an incremental charge and issuance of a contract modification to reflect this change, the service bulletin shall be incorporated into each subsequent component received at the Contractor's facility for which the service bulletin has not already been incorporated. When service bulletin incorporation changes the Contract Line Item Number (CLIN) part number, the new part number shall be added to the contract. The same procedures apply if removal of service bulletins is required. Failure to supply a change notice shall forfeit the right to any increase as a result of the contractor's failure to request additional funding. Unless the contractor has a signed contract modification permitting a change and bearing the signature of a Coast Guard Contracting Officer, funding has not been authorized and will not be authorized after the fact. Performance without written authority will not be authorized for payment. 4.0 CT7-9C3 ENGINE, MODULE, AND COMPONENT CONFIGURATIONS 4.1 The following configurations are provided to identify, but are not limited to, the CT7-9C3 engine, modules, and components that fall within the scope of this SOO. 4.1.1 The cage codes found here identify the OEM or other cognizant authority associated with each assembly or component part number. 27426 - USCG AVIATION LOGISTICS CENTER (ALC) 99207 - GE - AVIATION 4.1.2 Part Numbers (P/N) identified in the section are the P/Ns as installed on the delivered aircraft, as procured for maintenance pipeline sparing, as identified in the GE Engine Illustrated Parts Catalog, SEI-723, as identified in other CG or OEM references. 4.2 CT7-9C3 ENGINE, MODULES, AND COMPONENTS 4.2.1 ENGINE POWER UNIT, CT7-9C3 P/N: 6058T83G01 SEI-723 Ref: 72-00-00 (99207) 4.2.2 SHAFT, PROPELLER GEARBOX DRIVE P/N: 6044T65G03 SEI-723 Ref: 72-00-00 (99207) 4.2.3 PROPELLER GEARBOX P/N: 5074T51G16 SEI-723 Ref: 72-00-00 (99207) 4.2.4 CORE SECTION MODULE P/N: 6058T86G01 SEI-723 Ref: 72-00-00 (99207) 4.2.5 POWER TURBINE MODULE P/N: 6082T25G01 SEI-723 Ref: 72-00-00 (99207) 4.2.6 ROTOR, COMPRESSOR ASSY P/N: 6055T18G13 SEI-723 Ref: 72-30-00 (99207) 4.2.7 CASE, DIFFUSER AND MIDFRAME ASSY P/N: 6071T77G11 SEI-723 Ref: 72-30-00 (99207) 4.2.8 SHAFT, OUTPUT A-SUMP P/N: 6032T89P04 SEI-723 Ref: 72-31-00 (99207) 4.2.9 FRAME, INLET P/N: 5087T14P01 SEI-723 Ref: 72-33-00 (99207) 4.2.10 GG ROTOR & STATOR ASSY P/N: 9144GGASSY-CT7-9 (27426) USCG P/N for Matched Set Rotor & Stator Assy 4.2.11 NOZZLE, STAGE 1 ASSY P/N: 6071T04G22 SEI-723 Ref: 72-40-00 (99207) 4.2.12 NOZZLE, STAGE 1 ASSY P/N: 6071T04G27 SEI-723 Ref: 72-40-00 (99207) 4.2.13 LINER COMBUSTION P/N: 6080T13G08 SEI-723 Ref: 72-40-00 (99207) 4.2.14 SHAFT, POWER TURBINE DRIVE ASSY P/N: 5121T01G01 SEI-723 Ref: 72-52-00 (99207) 4.2.15 SEGMENT, STAGE 3 TURBINE NOZZLE (6 ea.) P/N: 6061T04P07 SEI-723 Ref: 72-52-00 (99207) 4.2.16 GEARBOX, ACCESSORY DRIVE ASSY P/N: 6044T13G18 SEI-723 Ref: 72-60-00 (99207) 4.2.17 HMU. HYDROMECHANICAL C/U P/N: 6068T72P25 SEI-723 Ref: 73-00-00 (99207) 4.2.18 PUMP, FUEL BOOST P/N: 5034T91P06 SEI-723 Ref: 73-00-00 (99207) (Modification Not Authorized by OEM for the CT7-9C3 Engine) 4.2.19 CONTROL UNIT, DIGITAL-ELECTRICAL P/N: 6071T20P20 SEI-723 Ref: 74-00-00 (99207) 4.2.20 VALVE, ANTI-ICING P/N: 6068T56P01 SEI-723 Ref: 75-00-00 (99207) 4.2.21 PUMP, LUBE AND SCAVENGE P/N: 3065T25P01 SEI-723 Ref: 79-00-00 (99207) 4.2.22 VALVE, OVERSPEED AND DRAIN P/N: 6044T78G03 SEI-723 Ref: 73-00-00 (99207) (Modification Not Authorized by OEM for the CT7-9C3 Engine) 5.0 APPLICABLE DOCUMENTS 5.1 All GE Shop, Inspection, Overhaul, or other OEM Component Maintenance Manuals (CMMs) and Revisions as applicable to the CT7-9C3 engine power units, modules and components. 5.2 All GE or other OEM Service Bulletins, Amendments, Modifications, and Specifications as applicable to the CT7-9C3 engine power units, modules and components. 5.3 Any Contractor, GE, or other OEM applicable documentation or specifications revealed, published, or updated during the course of the contract period, shall be considered as being within the scope of this SOO and may be added to the contract as agreed upon by parties. 5.4 GE and other OEM CMMs, Revisions, Service Bulletins, Modifications, Amendments, and Specifications are proprietary; the USCG does not own or possess rights in data, or distribution authority, and they cannot be provided by the USCG. 6.0 REQUIREMENTS Contractor Must: 6.1 Be a certified Federal Aviation Administration (FAA) Part 145 authorized repair center or equivalent and have experience in effective inspection, testing, troubleshooting, cleaning, repair, overhaul, and modification of the CT7-9C3, of like or similar engine power units, including modules and components as required for continued airworthiness. 6.2 Provide copies of all certifications (e.g. FAA, EASA, OEM, ISO 9000, CASE, SIX SIGMA, etc.). If the Contractor for any reason loses its FAA or EASA certification during the period of performance, this constitutes a material breach of contract which may, at the discretion of the CG Contracting Officer, result in contract termination. The Contractor shall notify the Contracting Officer verbally and in writing, not later than five (5) calendar days after certification forfeiture, and disclose all facts relevant to the forfeiture. 6.3 Provide current lists and status of all GE or other OEM Manuals, Component Maintenance Manuals (CMM), Revisions (Rev), Temporary Revisions (TR), Service Bulletins (SB), Modifications (MOD), Amendments (AMD), including Contractor specifications and procedures applicable, and to be used for the inspection, repairs or modification of the Coast Guard CT7-9C3 engine power units, modules and components 6.3.1 The lists may be provided in the Contractors' style and format but must contain the following information:  Name/Nomenclature and type of document  Part numbers as applicable  ATA designations  Basic / Issue dates  Revision or TR numbers and dates  OEM and applicable cage code 6.3.2 If the Contractor receives information more current than that previously provided to the USCG, the Contractor must identify the GE or other OEM Manuals, CMMs, Revisions, and specifications, including Service Bulletins, Amendments, and Modifications, and provide a brief synopsis of the revisions and dates to the USCG's Contracting Officer for review and disposition approval. Refer to paragraph 4.0, for configuration control and paragraph 3.9, for the incorporation of Service Bulletins and modifications. 6.4 Inspect, repair, modify, calibrate, functionally and operationally test CT7-9C3 engine power units, modules and components within the scope and requirements of this SOO; and IAW the most current GE or other OEM CMMs, Revisions, Temporary Revisions, and specifications, including Service Bulletins, Amendments, and Modifications. 6.4.1 Have access to all current and new Service Bulletins (SB), Amendments (AMD), and Modifications (MOD) issued by the OEM. 6.4.2 Insure that all SBs, AMDs and MODs that have previous been incorporated remain incorporated unless otherwise appropriately superseded and directed by the CG Contracting Officer. 6.4.3 Identify and recommend, new or additional SBs, AMDs, or MODs, as applicable, to be incorporated and specify how the SBs, AMDs, or MODs may affect components, part numbers, and pricing. 6.5 Have and provide the facilities, management, tooling, manuals, test equipment, parts, materials, documentation, and personnel to repair, or modify the CT7-9C3 engine power units, modules and components 6.6 Provide written contract item receipts for all CT7-9C3 engine power units, modules and components 6.6.1 Notify or confirm, in writing, to the USCG Contracting Officer, receipt of all assemblies and components. 6.6.2 Contract item receipts must include, but are not limited to, the following information: nomenclature, National Stock Numbers (NSN), P/Ns, S/Ns, contract number, Contract Line Item Numbers (CLIN), and dates of receipt. 6.6.3 Contract item receipts via facsimile/email are acceptable and may contain single or multiple notification entries. 6.7 Prepare and submit, component Teardown Inspection Reports (TIR) 6.7.1 TIRs shall be submitted for each engine to the USCG Contracting Officer and is required in support of a USCG Engineering incident, safety investigation, warranty determination, or for other failure analysis. 6.7.2 TIRs, when requested, shall be forwarded to the USCG Contracting Officer prior to commencement of overhaul work; pending USCG Engineering final review and release. 6.7.3 TIRs shall include: nomenclature, NSNs, P/Ns, S/Ns, Contract number, CLINs, including descriptions, photos, illustrations, and drawings, as necessary before and during teardown, for documentation of the failure, and list all parts and costs as would be required for overhaul of the component or assembly. 6.8 Replacement Parts: 6.8.1 Component parts found to be in serviceable condition IAW OEM specifications and functional testing shall be reused. 6.8.2 USCG Life and cycle limited components shall be deemed at life limit if the component has 2% or less hours or cycles remaining until the published airworthiness limit is reached. 6.8.3 The Contractor shall notify the Contracting Officer in writing of any missing parts. This notification shall be within 10 working days of receipt of the engine, module, or component. The CG will provide replacement parts or funding to the Contractor to replace missing parts at the discretion of the Contracting Officer. The cost of missing parts should not be incorporated in the contract repair cost. Defective parts which cannot otherwise be repaired IAW OEM specifications, shall be scrapped IAW ALCINST 4100.1 dated 15 August 2008, and replaced with new OEM parts. ALCINST 4100.1 will be available upon request to offerers and will be an attachment to any awarded contract issued as a result of this solicitation. The cost of repair or replacement of defective parts is inclusive to the component repair contract price. High time, life, or cycle limited parts which have reached their respective limits IAW paragraph 6.8.2 above, shall not be repaired or overhauled, but shall be replaced with other CG serviceable parts or replaced with new OEM parts. The cost to replace high time, life, or cycle limited parts should be priced separately and not included in the cost of overhauled components under this contract. 6.8.4 Replacement parts shall be new and have full traceability to the OEM. 6.9 Beyond Economical Repair (BER): 6.9.1 When the cost of returning the component to serviceable condition exceeds the current replacement cost of that component; or when the component cannot be worked due to damage or wear beyond the material properties, characteristic, or specifications of the item being overhauled the Contractor shall contact the CG Contracting Officer, in writing, via FAX or e-mail, with specific rationale for the BER condition. The rationale shall include and provide: nomenclature, NSN, P/N, S/N, contract number, and CLIN along with a cost breakdown of additional parts and labor as would be necessary to actually repair the component to serviceable status. Refer to paragraph 6.9.3 for further disposition and rationale. 6.9.2 If a component once received at the Contractor's facility, is later determined to be in a BER condition the CG Contracting Officer must be notified immediately following the BER determination and provide rationale. Refer to paragraph 6.9.3 for further disposition and rationale. 6.9.3 Once an item or component is determined to be BER, no further repair work on that item or component will be performed and the item in question will be placed in a bonded storage room for safekeeping until written authorization with disposition instructions are received from the CG Contracting Officer. 6.10 Missing Or Cannibalized Components 6.10.1 Missing Components: Within 10 working days after the receipt and inspection of the components the Contractor shall notify the Contracting Officer in writing of any missing parts or sub-assemblies required for final inspection and acceptance. The Contracting Officer shall then have 45 days to provide formal disposition instructions to the Contractor. The CG will provide RFI or repairable parts to replace the missing parts, or funding to the Contractor to replace missing parts at the discretion of the Contracting Officer. 6.10.2 Cannibalized Components: Upon receiving components exhibiting cannibalization, the Contractor shall notify the Contracting Officer, in writing and in detail, within 10 working days and discontinue all actions until receipt of written authorization from the CG Contracting Officer. The Contracting Officer reserves the right to appoint a Coast Guard Representative who shall witness the remaining teardown and inspection of the component. A letter of notification and an inspection/teardown report shall be submitted to the Contracting Officer for disposition. 6.10.3 The Coast Guard reserves the right to provide Government Furnished Property (GFP) to replace parts or hardware identified as missing or cannibalized. 6.10.4 Turn Around Time (TAT): Stops as of the date on the correspondence giving notification that work must cease due to the lack of the missing/cannibalized part. Unless the CG Contracting officer elects to have the component returned to the CG as is, the TAT will re-start effective as of the date of the receipt of replacement part. The clock shall begin once more starting with the last numbered day plus one. 6.11 Corrosion 6.11.1 Low altitude flight over salt water contributes to greater corrosion damage in Coast Guard components than that experienced in commercial aircraft components. The Contractor shall consider the presence and effects of corrosion to be "normal" in this case and provide for correction and removal of corrosion in the Firm-Fixed-Price repair. During inspection and functional testing, the presence of corrosion in an item or part thereof shall constitute reason for a more thorough disassembly and inspection. 6.11.2 Corroded parts shall be replaced, except in those cases where removal of corrosion from a part will not impair the efficiency or safe operation of the part. Corrosion removal and treatment of any affected areas shall be accomplished IAW the manufacturer's specifications. 6.12 Exclusions 6.12.1 Components received in the following conditions are to be considered exclusions and may indicate an exclusion from the price in the contract schedule: • Catastrophic Crash Damage, Foreign Object Damage, domestic object damage traceable to a Coast Guard documented repair on the engine, Acts of God, war, and accidents attributable to CG responsibility. • Maintenance, repair work, installation, storage, operation or use by the Government which is not in compliance with applicable OEM or Government approved publications, directions and instructions. • Alteration, modification or repairs that were not completed by the Coast Guard IAW technical data approved by the FAA, OEM, or USCG. 6.12.2 If a component is considered (by the Contractor) to fit the exclusion description, the Contractor must notify the CG Contracting Officer within 10 working days, and discontinue all actions until the Contracting Officer makes a determination. The Coast Guard reserves the right to appoint a Coast Guard Representative to witness the remaining teardown and inspection of the component. A letter of notification and the inspection/teardown report must be submitted to the Contracting Officer for disposition. The Contractor must make the affected equipment available to a USCG Representative to view the exclusionary damage. If the Government elects not to physically view the equipment, the Contractors findings report shall stand. 6.12.3 Upon request by the Contracting Officer, the Contractor shall submit a Firm-Fixed-Price to include an itemized breakdown of material including nomenclature, part number, cost, and quantity of replacement parts, replacement percentages used to develop the original Firm-Fixed-Price contract and the number of labor hours at the labor rates proposal for additional funding required to restore exclusionary damage. This proposal shall include all necessary supporting rationale and shall be submitted within forty-five (45) calendar days after notification is given to the Contracting Officer. Upon agreement of the parties, the Contracting Officer will authorize payment, via contract modification, for restoration of the exclusionary damage above and beyond the original Firm-Fixed-Price. 7.0 USCG ACMS REQUIREMENTS Contractor Must: 7.1 Comply with all USCG ACMS documentation requirements. 7.1.1 CT7-9C3 engine power units, modules and some components are serial tracked under USCG ACMS. This tracking provides historical records of repairs modifications, overhauls, flight times, cycles, item location, status, and an effective method of configuration control. Components that are serial number tracked under USCG ACMS should, at the time of receipt, have a blank Component Repair Record (CRR), and a current Significant Component History Report (SCHR) attached to the component. 7.1.2 Verify the SCHR and CRR correspond with the NSN, P/N, and S/N of the component received. Promptly report discrepancies to the USCG Contracting Officer prior to performing any work. 7.2 Complete the CRR as applicable, describing the work performed, cite the technical data used to perform the work, and any significant parts replaced. 7.2.1 The CRR shall provide a complete description of the work performed, the component status (repaired, modified, overhauled, BER, scrap, etc.) and include, but not be limited to: the Contract number, CLIN, the Contractor's Work Order number, the date work was completed, any changes to the TSO, and total time, landings, or cycles as applicable. 7.2.2 The information provided in the CRR will be used by the CG to update the component SCHRs. 7.3 Provide two copies of the completed CRR as follows: 7.3.1 One copy of the CRR shall remain with the material and is to be returned with the component upon completion of the repair modification, or overhaul. 7.3.2 A second copy of the CRR shall be mailed to: COMMANDING OFFICER ATTN: ACMS USCG AVIATION LOGISTICS CENTER 1664 WEEKSVILLE ROAD BLDG 63 ELIZABETH CITY, NC 27909-5001 7.3.3 The CRR is considered a deliverable under the contract, and noncompliance with instructions here in, will result in the delay or nonpayment of the invoice. 7.4 Provide one copy of an approved FAA Airworthiness Form 8130-3 or other FAA authorized form (e.g. EASA Form 1). 7.4.1 Attach one copy to the component along with the CRR. 7.4.2 The FAA Form 8130-3 or other FAA authorized form is considered a deliverable under the contract, and noncompliance with instructions herein, will result in the delay or nonpayment of the invoice. 8.0 MARKING, PACKAGING, AND PRESERVATION 8.1 All CG engine power units shall be shipped in a CG owned reusable engine shipping container provided by the Coast Guard. The Contractor will notify the Contracting Officer in writing within 10 working days of receipt of the engine at its facility in the event the engine is not received in the appropriate CG owned shipping container, if the container is damaged, or if it is not in reusable condition. 8.2 Modules and components of the engine will be shipped IAW ASTM D 3951-10. All containers must be labeled on the outside with the National Stock Number (NSN), P/N, S/N, nomenclature, contract number, CLIN, and vendor CAGE CODE. 8.3 The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period not less than one year. 8.4 Packaging matter shall not consist of the following materials: popcorn, shredded paper, Styrofoam or any type of peanut packaging. 8.5 Bar coding is authorized but not required. 9.0 INSPECTION AND ACCEPTANCE 9.1 Notwithstanding any requirement for specific inspections to be performed solely by the Government, the Contractor shall perform all inspections, tests, and checks as required to substantiate that the supplies and services provided under the contract conform to the latest drawings, specifications, CMMs, and contract requirements listed herein. 9.2 The USCG reserves the right to invoke Defense Contract Management Agency (DCMA) requirements as it deems necessary. 9.3 Final inspection and acceptance will be performed by ALC quality assurance personnel for quantity, condition, and compliance with this SOO.   10.0 DELIVERABLES 10.1 Copies of all repair, performance, quality, and OEM certifications (e.g. FAA, EASA, OEM, ISO 9000, CASE, SIX SIGMA, etc.) as applicable to the scope and requirements of this SOO, and OEM specifications. 10.2 Written contract item receipts or notifications of CT7-9C3 engine power units, received by the Contractor within the scope of this SOO. 10.3 A current list and status of all OEM Component Maintenance Manuals (CMM), Revisions (Rev), Service Bulletins (SB), Modifications (MOD), Amendments (AMD) and other specifications, updated as required, and applicable to the repair, modification, or overhaul of the Coast Guard CT7-9C3 engine power units. 10.4 To have CT7-9C3 engine power units, modules, and components received by the Contractor, within the scope of this SOO, that have been inspected, repaired, modified, and functionally or operationally tested, IAW OEM specifications, are to be returned to the CG in serviceable RFI condition or as otherwise directed by the Coast Guard Contracting Officer. 10.5 To have CT7-9C3 engine power units, modules, and components received by the Contractor, within the scope of this SOO, that have been inspected, repaired, modified, and functionally or operationally tested, IAW OEM specifications, are to be returned to the USCG in serviceable RFI condition within 120 days after receipt of materiel (ARM) at vendors facility. 10.6 TIRs as are occasionally requested by the USCG Contracting Officer, within the scope and requirements of this SOO. 10.7 Two copies of completed CRRs, as required for each CT7-9C3 engine power units, modules and components repaired, or modified, within the scope and requirements of this SOO. 10.8 One copy of FAA Airworthiness Form 8130-3 or other FAA authorized form for each CT7-9C3 engine power units, modules, and components repaired, or modified, within the scope and requirements of this SOO. 11.0 DEFINITIONS 11.1 An overhaul zeroes the Time Since Overhaul (TSO) and may effectively restart some sub-assembly time intervals; while the total time, and OEM component life cycle limits may continue as applicable. See paragraph 3.9 for incorporation of Service Bulletins and modifications. 11.2 Repair is defined as all maintenance, repair, and rework, required to bring an engine or component back to serviceable status IAW GE manual SEI-576, chapter 05-21-00. The USCG has opted to maintain the CT7-9C3 engine IAW the "on-condition" criteria spelled out in this manual. 11.3 Additional levels of service may be proposed as such for the separate completion of modifications, incorporation of specific service bulletins, or the breakout of major components, etc. See paragraph 3.9 for specific information on the incorporation of Service Bulletins and modifications. 11.4 Modification is defined as the incorporation of FAA approved Service Bulletins, Spare Parts Bulletins, and Airworthiness Directives. This also includes USCG Time Compliance Technical Order (TCTO), and Special Compliance Technical Orders (SCTO), that are based on the FAA approved documents listed above. 12.0 PERIOD OF PERFORMANCE The period of performance shall consist of a base and one option year for a period not to exceed two years. The total duration of the contract shall not exceed the final negotiated delivery date. 13.0 ESTIMATED QUANTITIES Failure of the Government to furnish any of the line items in the amounts or quantities described as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price. ADDRESS FOR CORRESPONDENCE All correspondence, except as otherwise specified, shall be directed to the following address: Contracting Officer USCG, Aviation Logistics Center Medium Range Surveillance (MRS) Contracting Section Elizabeth City, NC 27909-5001 Contract No. ___________________________ (Assigned at time of award) Delivery Order No.______________________ (Assigned upon issuance) 14.0 INVOICING INSTRUCTIONS The original Contractor's invoice shall be submitted to the designated billing office for payment as follows. The preferred method of submission is by electronic means. Email invoices to ALC_fiscal@uscg.mil or by U. S. mail to: Chief, Fiscal Branch USCG, Aviation Logistics Division Building 63 Elizabeth City, NC 27909-5001 Contract No. _____________________________ (Assigned at time of award) Delivery Order No.______________________ (Assigned upon issuance) Either method must reference the contract number and delivery order number. THE FOLLOWING FEDERAL ACQUISITION REGULATIONS (FAR) AND HOMELAND SECURITY ACQUISITION REGULATION (HSAR) PROVISIONS AND CLAUSES APPLY: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (FEB 2012) 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government. Offers that are significantly higher or lower than the government's estimate may be considered an indication that the offeror does not understand the requirement and may be evaluated as posing a significant performance risk. The following factors shall be used to evaluate offerors are listed in order of importance. Evaluation Factors: Technical capability, Past Performance, Delivery and Price. Technical and past performance, when combined, is significantly more important than price. This is a best value, commercial item acquisition; award may be made for other than lowest price. The Government intends to award to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value, price and other factors considered. Technical Capabilities Offerors are to provide a statement of technical qualifications, including a summary of the technical expertise, facilities and documentation for overhauling the components listed in the schedule. Contractor demonstrating possession of or ability to obtain (via an official agreement) the required OEM manuals and parts. Past Performance Contractor's customer ratings, including quality ratings, customer service, warranty, recommendation for future service and performance. Offerors shall provide information on two (2) contracts performed by their organization over the past three years for the GE CT7-9C3 or similar engine. Delivery Offerors shall provide delivery dates based on receipt of unit from the Government. Price Offerors shall provide unit and scrap pricing. The Government will evaluate quotes for award purposes by adding the total price for all items. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at https://www.acquisition.gov/far/index.html. 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 the clause may be accessed electronically at this/these address(es) https://www.acquisition.gov/far/index.html. 52.212-3 Offeror Representations and Certifications-Commercial Items. (APR 2012) Alternate I (Apr 2012). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA web site, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-4 Contract Terms and Conditions-Commercial Items. (FEB 2012) 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) DO-A1 Rated 52.209-7 Information Regarding Responsibility Matters (Feb 2012) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from Date of Award or Date of Exercise of an Option through One Year from Date of Award or One Year from the Date of Exercise of an Option Period. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 Order Limitations (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 each, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor - (1) Any order for a single item in excess of the total estimated contract line item quantity; (2) Any contract order for a combination of items in excess of the combined estimated contract quantity; (3) A series of orders from the same ordering office within 15 calendar days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 15 calendar days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after determined at time of award based on six (6) months after expiration date of ordering period [insert date]. (End of clause) 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 calendar days. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days prior to expiration [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 calendar days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two (years). (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond 30 September 2012. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2012, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.(End of clause) 52.243-7 Notification of Changes (APR 1984) para (b) - 10 days para (c) - 10 days 52.217-5 Evaluation of Options (JUL 1990) 52.222-52 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR CERTAIN SERVICES-CERTIFICATION (NOV 2007) (a) The offeror shall check the following certification: Certification The offeror ___ does ____ does not certify that (1) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (2) The contract services are furnished at prices that are, or are based on, established catalog or market prices. An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. An "established market price" is a current price, established in the usual course of ordinary and usual trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; (3) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (4) The offeror uses the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the offeror uses for these employees and for equivalent employees servicing commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(d)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at FAR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, in this solicitation will not be included in any resultant contract awarded to this offer, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause of this solicitation at 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, will not be included in any resultant contract to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. 52.242-13 Bankruptcy (JUL 1995) 52.246-4 Inspection of Services - Fixed Price (AUG 1996) 52.246-11 Higher-Level Contract Quality Requirement (FEB 1999) The contractor shall provide and maintain a quality system equal to ISO 9001-2000 or have a quality system acceptable to the Government. The contractor shall state the quality system to be used in performance of this contract. 52.246-15 CERTIFICATE OF CONFORMANCE (APR 1984) 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Cost or Pricing Data (OCT 2010) Alternate IV (OCT 2010) (a) Submission of Cost or Pricing data is not required (b) Provide information on the prices at which same or similar services have been performed in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. HSAR 3052.219-70 Small Business Subcontracting Program Reporting (JUN 2006) HSAR 3052.219-71 DHS Mentor-Protégé Program (JUN 2006) HSAR 3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor-Protégé Program (JUN 2006) HSAR 3052.245-70 Government Property Reports (JUN 2006) (a) The Contractor shall prepare an annual report of Government property in its possession and the possession of its subcontractors. (b) The report shall be submitted to the Contracting Officer not later than September 15 of each calendar year on Form DHS Form 0700-05, Contractor Report of Government Property (End of Clause) HSAR Clause 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. (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, 6 U.S.C. 395, 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 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 an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). (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 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 the Homeland Security Act, 6 U.S.C. 395(b) 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. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2012) (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: [Contracting Officer check as appropriate.] X (1) 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). X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). X (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). X (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). __ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (11) [Reserved] __ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. X (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). X (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. X (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). X (18) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). X (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). X (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). X (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). X (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). X (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). X (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. X (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). X (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Mar 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, and Pub. L. 112-41). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Mar 2012) of 52.225-3. __ (41) 52.225-5, Trade Agreements (MAR 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (42) 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). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (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: [Contracting Officer check as appropriate.] X (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). X (2) 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.). 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 nor is it totally inclusive of the classes that may be used on this requirement. Employee Class Wages: 23020 Aircraft Mechanic Parts Repair WG-8840-9 $20.86 23020 Aircraft Engine Mechanic WG-8602-9 $20.86 23020 Aircraft Engine Mechanic WG-8602-9 $20.86 23021 Aircraft Mechanic I (A&P / QA) WG-8852-10 $21.90 23022 Aircraft Mechanic II (A&P / QA) WG-8852-11 $23.00 23023 Aircraft Mechanic III (A&P / QA) Leader WL-8801-11 $26.32 23023 Aircraft Mechanic III (A&P / QA) Supervisor WS-8801-11 $30.58 Fringe Benefits Required: Health & Welfare, as outlined in individual wage determinations per location of performance. Vacation, as outline in individual wage determination per location of performance. - (Req. 29 CFR 4.173) Holidays: - A minimum of ten paid holidays per year. As a result of this solicitation and are available upon request by the agency or by download from the Department of Labor web site. X (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). X (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) 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. (1) 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), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 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)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (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) Closing date and time for receipt of proposals is June 30, 2012 4:00 pm, Local Time. Electronic submissions may be sent to Linda.D.Clark@uscg.mil and David.E.Tanner@uscg.mil. Mailed proposals and any questions are to be submitted to Linda Clark, MRS Product Line, Contract Section, Elizabeth City, NC 27909-5001. Payment terms are to be specified and any discount offered for prompt payment, the business size standard and any minority classification. All offerors shall have a valid Vendor Cage Code, Dun & Bradstreet Number (DUNS) or the ability to get one, and MUST be actively registered in the Central Contractor Registration (CCR) throughout the award of the contract. Notice for Filing Agency Protests, is included with this solicitation. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) 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 Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG 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 a specific USCG 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 USCG 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 in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be 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 submitted to: 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 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-R-010007/listing.html)
- Record
- SN02814113-W 20120726/120725000830-bf0029aca732b9b048741b7aadcfa3d7 (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 |