SPECIAL NOTICE
66 -- REPAIR OF VIDEOSCOPE KIT
- Notice Date
- 9/10/2020 6:07:15 AM
- Notice Type
- Special Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- BASE MIAMI(00028) MIAMI FL 33132 USA
- ZIP Code
- 33132
- Solicitation Number
- 70Z028-20-Q-AA700
- Response Due
- 9/14/2020 8:00:00 AM
- Archive Date
- 09/29/2020
- Point of Contact
- AMTC ANTHONY GRUNWALD, Phone: 650-451-8233
- E-Mail Address
-
Anthony.S.Grunwald@uscg.mil
(Anthony.S.Grunwald@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The US Coast Guard Office of Procurement & Contracting Miami Detachment (DOL 95) on behalf of U.S. Coast Guard Air Station Miami intends to award a sole source firm fixed price Service purchase order to repair videoscope kits as per SOW. Contractor is: Olympus America Inc.� 110 Magellan Circle, Webster, TX 77598 The contractor shall provide parts and labor for the repair of Videoscope Kits. Interested parties that believe they could satisfy the requirements listed above must clearly identify their capability to do so in writing on or before the response date for this notice. This notice of intent is not a solicitation. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the repairs to the sewage line at the Coast Guard Station to prevent further damage to the system. � The determination not to compete this proposed contract action is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. This is NOT a request for quotes or proposals. STATEMENT OF WORK (SOW) CONTRACTOR REQUIREMENTS 1. The United States Coast Guard (USCG), Air Station Miami will furnish the items and quantities specified in the schedule for evaluation and repair. 2. The items to be repaired under this order are tracked in the USCG�s Asset Computerized Maintenance System (ACMS). ACMS is the internal management information system used by the USCG to record maintenance and repair actions on aircraft and related systems and components. 3. Items under this order will be shipped to the Contractor with a Significant Component History Report (SCHR) and a Component Repair Record (CRR) when shipped from Air Station Miami. When items are sent directly from an Air Station to the Contractor, these records are waived. The SCHR records the maintenance history of serial number tracked items. The CRR remains with its corresponding item until the item is ready-for-issue (RFI) and in use or the item is determined to be beyond economical repair (BER) and scrapped. (NOTE: written approval from the Contracting Officer is required prior to scrapping a serial number tracked item.) The Contractor is required to ensure that the SCHR remains with and is returned with the correct item. The Contractor shall retain a copy of the SCHR for 90 calendar days. 4. The Contractor shall complete and provide a CRR with each repaired item. The CRR records the maintenance and repairs performed on a serial number tracked item. The CRR shall include the NSN, PN, SN, nomenclature, date of repair, purchase order number, line item number, a description of all maintenance/repair actions, a listing of any parts repaired, a listing of any parts replaced, and any service bulletins or modifications that were incorporated. The Contractor�s in-house work order may be used to satisfy this requirement if it includes all of the required information. 5. The Contractor shall (when applicable) distribute the CRR (or its equivalent) as follows: a. Pack the original, completed CRR with the repaired component; b. Email one (1) copy of the completed CRR to the Purchasing Agent at Anthony.S.Grunwald@uscg.mil no later than five (5) business days following completion of the repair effort; and c. Retain a copy of each CRR for 90 calendar days. 6. Non-RFI items shall be repaired and returned to RFI condition IAW the Original Equipment Manufacturer�s (OEM) minimum functional performance specifications. Items shall be repaired for the specific fault noted on the DD-1577-2 Form � Unserviceable (Reparable) Tag-Materiel or CG-1577-B Form � PQDR, Product Quality Deficiency Report Tag, which will be attached to each non-RFI item. The Contractor shall perform an inspection and correct all deficiencies found. This shall include the replacement of missing or broken parts and the removal of any foreign matter or corrosion. 7. During inspection and functional test, the presence of corrosion in an item shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made to the extent necessary to remove corrosion or replace the affected part(s). Corroded parts shall be replaced unless the removal of corrosion from a part will NOT impair the efficiency or safe operation of the part. Corrosion removal and treatment of affected areas will be accomplished IAW OEM specifications and Federal Aviation Administration (FAA) Advisory Circular (AC) 43-4A, Corrosion Control for Aircraft, dated 7/25/1991. 8. Work under this purchase order shall be performed at the Contractor�s facility. The Contractor shall provide all necessary parts, materials, labor, tooling, test equipment and facilities to evaluate and repair the items listed in this purchase order at the firm-fixed prices listed in the schedule (or modification). The Contractor shall perform all repairs IAW applicable OEM�s Component Maintenance Manuals (CMMs), other repair specifications in lieu of an applicable CMM, and/or applicable test/acceptance criteria. Any deviations must be approved by the USCG. 9. The Contractor must have access to required CMMs, repair specifications, test/acceptance criteria and/or any other required data to ensure that all items are tested and repaired IAW the OEM�s current specifications and procedures. Original design or functional capabilities of the end item and parts thereof shall not be changed unless authorized or directed by the requirements of this SOW. 10. The Contractor must have access to all applicable documents and obtain current editions of all applicable documents. The USCG does not own nor can it provide the technical documents specified herein. The closing date for receipt of offers, order award, and/or delivery date will not be delayed pending receipt of these documents for any Contractor. 11. Parts of an item found to be in a serviceable condition as a result of functional testing shall be reused. Missing parts and parts found to be defective or that require replacement by OEM instructions shall be replaced with parts meeting the OEM�s specifications and drawings or as otherwise authorized in writing by the Contracting Officer. Replacement parts shall be new and accompanied by traceability to the OEM. The cost for parts that are replaced systematically during repair shall be included in the price listed in the schedule for these operations. 12. Prices do not include items that have been cannibalized or severely damaged due to mishandling. Additionally, USCG aircraft are used primarily around salt water at low altitude for search and rescue missions. Therefore, corrosion is to be anticipated and is considered ""normal"" for the aircraft. Corrosion does not constitute unusual damage. 13. Items received which indicate obvious misuse, cannibalization or severe damage due to mishandling or crash damage may dictate an exclusion from the prices specified in the order schedule. Such items shall be inspected, repair costs determined, and an over and above quotation shall be submitted to the Contracting Officer for approval prior to commencement of work. Once notified of a possible exclusion, The Contracting Officer will respond via a written modification within thirty (30) days as to the validity of the exclusion. The Contracting Officer may approve the quote, decline the quote and have the item returned as-is, or consider the item to be BER. 14. The USCG typically considers an item BER when the cost to repair exceeds 60 percent of the price of a new unit; however, the USCG is not bound by that number and will make all final BER determinations. The USCG will provide disposition instructions (either to scrap the item at the Contractor�s facility or to return the item to ALC) for all items that are considered BER. The Contractor shall not dispose of an item until they have been notified by a written modification to the order. When returning the item to ALC, the items shall be clearly marked as �BER� with the supporting evidence. 15. The USCG shall not be liable for any amount expended by the Contractor in excess of the applicable firm fixed price reflected in the schedule unless prior written authorization has been given by the Contracting Officer. If the cost to repair an item is greater than the firm fixed price reflected in the schedule, the Contractor shall submit a quotation for the over-and-above repair cost to the Contracting Officer. The quotation shall be valid for thirty (30) days and shall include the following: � Description of each discrepancy found. � Number of labor hours per discipline required to complete each discrepancy. � Cost of part(s). � Total dollar amount for each discrepancy. � Total dollar amount for complete list of discrepancies. � Estimated repair turnaround time (TAT). � Purchase order and applicable line item. 16. The Contractor must receive a written modification signed by the Contracting Officer that authorizes the over-and-above repair(s) prior to the commencement of work. Once the repair quotations are received, the Contracting Officer will respond via a written modification within thirty (30) days as to whether the quotes are approved or declined. 17. The Contractor shall submit a failure report for each item, even if the item is determined to be BER. This report shall include NSN, Part Number, Serial Number, nomenclature, date of repair, purchase order number, line item number, description of repaired failure, the USCG�s reported failure, a listing of parts repaired, and a listing of parts replaced. The Contractor�s in-house work order may be used to satisfy this requirement if it includes the information requested above. This report shall be attached to the packing slip when returning the RFI item. 18. ALC considers items RFI upon acceptance. Items determined to be non-RFI upon installation or operation may be returned to the Contractor for correction at Contractor�s expense. Deficiencies will be described in a Product Quality Deficiency Report (PQDR) and sent to the Contractor prior to the return of any item. 19. All parts must be thoroughly cleaned IAW applicable CMMs or FAA AC 43-205, Guidance for Selecting Chemical Agents and Processes for Depainting and General Cleaning of Aircraft and Aviation Products (dated 9/25/98), to ensure all parts are as free as practicable of all hazardous dust to include hexavalent chromium, cadmium, lead, et cetera prior to being returned to ALC. ALC may take random samples of parts to ensure they are free as practicable of all hazards. Information on these hazards can be found in Occupational Safety and Health Administration (OSHA) Standards: 1910.1025 (Lead); 1910.1026 (Chromium (IV)); and 1910.1027 (Cadmium). Applicable NAICS code:� 334519 � Other Measuring and Controlling Device Manufacturing
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dcc5acc5047b4072bde29629d2788516/view)
- Place of Performance
- Address: Opa Locka, FL 33054, USA
- Zip Code: 33054
- Country: USA
- Zip Code: 33054
- Record
- SN05792813-F 20200912/200910230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |