Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2020 SAM #6946
SOURCES SOUGHT

16 -- USCG RFI - RECOMMENDED FIELD INVENTORY LIST (RFIL) for Long Range Surveillance (LRS) Program Office

Notice Date
12/3/2020 2:08:40 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02320I00000600
 
Response Due
12/14/2020 9:00:00 AM
 
Archive Date
12/29/2020
 
Point of Contact
Domingo Cruz, Phone: 2024753732, Matthew L. Wallace, Phone: 2024753198
 
E-Mail Address
Domingo.Cruz2@uscg.mil, matthew.l.wallace@uscg.mil
(Domingo.Cruz2@uscg.mil, matthew.l.wallace@uscg.mil)
 
Description
� REQUEST FOR INFORMATION � RECOMMENDED FIELD INVENTORY LIST (RFIL) FOR AIR STATION BARBERS POINT (ASBP) �1.0 SCOPE The United States Coast Guard (USCG) Long Range Surveillance (LRS) Program Office is contractually obligated to procure Rolls Royce specific parts to support the Recommended Field Inventory List (RFIL), which are provided within this Statement of Work (SOW) and are required for Air Station Barbers Point (ASBP), Hawaii in Fiscal Year (FY) 2021. 2.0 PERIOD OF PERFORMANCE AND PARTS NEED DATE �The Period of Performance for this effort is from delivery order award to 30 September 2025 or until all deliverables detailed in this SOW have been delivered, whichever comes earliest. All parts listed within Attachment (1) designated as Delivery Order 01 [LAAC1]�[CD2]�are expected to be delivered within six (6) months of delivery order award. Delivery Order 02 and 03 expected delivery will be discussed in future Contractor and Government communication. 3.0 REQUIREMENTS �3.1� Recommended Field Inventory List (RFIL). The RFIL materials list in Attachment (1) reflect the full RFIL list of Rolls Royce specific parts required for the HC-130J, AE2100D3 engine. The Rolls Royce specific parts required at ASBP. The materials listed on Attachment (1) supports the Initial Resource Pack (IRP) requirements analysis conducted by the LRS Program Office. 3.2 �Part Numbers and Delivery. The part numbers and associated quantities listed within Attachment (1) represent the IRP quantity & RFIL quantity needed to support four (4) operational aircraft in ASBP. The Contractor must deliver Rolls Royce specific parts and must deliver the items listed in Attachment (1) as described. �All parts listed within Attachment (1) must be delivered to the address in Section 5.3 of this RFI.��������� 3.3� Component Specifications. The specifications for the components listed in Attachment (1) are proprietary to Rolls Royce, the Original Equipment Manufacturer (OEM).� Complete specifications and drawings for these components are not available for distribution by the USCG. The original certification documentation from the OEM for each part number identified is required to be included with the part at the time of shipment 4.0 MATERIAL INSPECTION AND RECEIVING REPORT �The Material Inspection and Receiving report (i.e. commercial packing slips, DD-250, etc.) and Certificates of Conformance (COC) shall be placed on the outside of all individual containers. �� Upon completion of each delivery order requirement or batch of material deliveries, the Contractor must prepare a DD-250 form and Material Inspection and Receiving Report (MIRR) or an equivalent report approved by the Contracting Officer (KO), unless otherwise specified by the KO.� One (1) copy of each DD-250 form or approved equivalent shall be sent to the KO or the Contracting Officer�s Representative (COR).� In addition, one (1) copy shall be shipped with the deliverable specified in the delivery order. ��The report must include the contract number, DD-250 form or equivalent, invoice number, delivery order numbers, the description of the product or service (including contract line item number), quantity furnished and shipped, and the unit and/or extended price. 5.0 SHIPPING, PACKAGING AND DAMAGES ������� 5.1 LRU and Component Packaging. The USCG and the Contractor shall be responsible for all packaging at their respective point of origin. Each party shall preserve, package, pack and mark all items as single items. Hardware may be packaged in bulk quantities in accordance with ASTM D3951-95 or ATA 300 practices, and in accordance with current Contractor practice. �������� 5.1.1� Package markings shall include the Contractor�s CAGE code, NSN, Part Number and Serial Number, as applicable in addition to those markings provided under the ASTM D3951-95 or ATA 300. �������� 5.1.2� Material will be stored and transported to various users after initial delivery; therefore, materials must be labeled and packaged for suitable shipment via land, air or sea. ���������5.1.3� Each individual major item or LRU must be individually packed in a separate box, carton, or crate. The individual packages may be combined into a single multi-pack container for shipment. �������� 5.1.4 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 of one (1) year (or as recommended by the source provider). Preservation and maintenance activity is performed in accordance with Contractor instructions. ������� 5.1.5 Packaging material shall NOT consist of the following material: popcorn, shredded paper, Styrofoam (of any type), or peanut style packaging. ������� 5.1.6 The USCG and the Contractor will jointly review repeated instances of material degradation attributable to inadequate packaging, packing, shipment, storage or other such causal factors. �������� 5.2 Shipping Damages. Contractor shall notify the COR immediately upon identification of potential shipping damages. Each instance of shipping damages will be evaluated on a case-by-case basis. The Contracting Officer will issue any final decision (subject to the Disputes clause) regarding shipping damages. The Government will provide storage (in an environment no less safe than the Government would utilize for its own inventory). The Government will maintain and provide parts usage information to the Contractor. ������� 5.3 Shipping Address. ����������� Items must be shipped to the following address: ���������� Commanding Officer ���������� USCG Air Station Barbers Point ���������� 1 Coral Sea Road ���������� Kapolei, HI 96707 6.0 INSPECTION, ACCEPTANCE AND MONTHLY REPORTING Inspection and acceptance will be performed by the Supply Officer at ASBP, HI. �The Contractor must provide FAA Form 8130-3 or the OEM Certificate of Conformance (COC). These forms shall be attached to each part and copies should be included with the packaging slip and the invoice. The Contractor must only tender for acceptance those items that conform to the requirements outlined by the Government.� The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance.�� The Government may require repair or replacement of nonconforming supplies at no increase in contract price.� If repair and/or replacement will not correct the defects or is not possible, the Government may seek an equitable price adjustment or adequate consideration for acceptance of nonconforming supplies.� The Government must exercise its post-acceptance rights: Within a reasonable time after the defect was discovered or should have been discovered; and Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.� The Contractor shall establish an inspection system and process in accordance with OEM procedures for all components.� With advanced notice, the Government reserves the right to review the Contractor operation and/or facilities at any time. For each Rolls Royce specific part, module, component, engine and/or other material, the Contractor shall provide a Rolls Royce Corporation Certificate of Conformance (COC), FAA 8130-3 or European Union Aviation Safety Agency (EASA) Form 1, Airworthiness Approval Tag.� Final acceptance will be accomplished by USCG personnel at destination in conjunction with the assigned USCG COR. All Rolls Royce specific engine components must be inspected by a Rolls Royce Field Service Representative (FSR). 6.1 Monthly Reporting.� The Contractor must provide a detailed monthly report for all expected items to include, but not limited to: items tracking for delivery, in transit, delayed, arrived and any other noteworthy pieces of information the COR and the Contractor Points of Contact (POC) find appropriate and useful to report upon.� Upon knowing any expected delays, the Contractor must inform CG-9311, COR and the KO immediately to determine any unexpected schedule concerns.� CG-9311 may request a standing teleconference as necessary, for the duration of the Delivery Orders. �6.2 Supply Concept � Supply Management. The procurement of the Rolls Royce specific parts for initial provision is the responsibility of the LRS Program Office (CG-9311). �The supply management and sustainment is the responsibility of the Contractor alongside the USCG Aviation Logistics Center (ALC). All Rolls Royce specific parts will be jointly managed by the Contractor and the USCG. Contractor support for all HC-130J aircraft must be provided for the ALC, USCG Air Stations and deployed operations of the aircraft. All Rolls Royce specific parts are identified by the Government. Only the Contracting Officer (KO) can approve changes to the Rolls Royce specific parts. The USCG Air Station personnel will initiate repair action for failed items, requisition, stock, store and issue all items at their locations. The Contractor must monitor and track field unit inventory and recommend replenishment to the USCG. All other parts required for engine maintenance will be procured and managed by the USCG, with the exception of product improvements and parts obsolescence initiated by Rolls Royce, the OEM, by a covered service bulletin. These must be provided by the Contractor on a on for one basis to replace Rolls Royce specific parts. 7.0 - Additional Instructions Responses and questions regarding this notice shall be submitted in writing to Domingo Cruz Jr. by email at Domingo.Cruz2@uscg.mil with a carbon copy to Matthew.L.Wallace@uscg.mil no later than Monday, December 14th 2020 at 12:00 PM (EST). Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that submissions will not be returned. This Request for Information does not constitute a RFP and is not to be construed as a request for an offer. Therefore, there will be no evaluation of responses to this notice for contract award purposes. Please see attachment 1 on the attached document for requirements�part numbers, quantity, and additional information. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/68d6379c989d46d3b7d85bc419c22cf1/view)
 
Place of Performance
Address: HI 96707, USA
Zip Code: 96707
Country: USA
 
Record
SN05866395-F 20201205/201203230149 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.