|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1999 PSA#2350Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 J -- OVERHAUL OF C130 AXIAL PISTON PUMPS SOL DTCG38-99-R-H00015 DUE
060199 POC Nancy DeBerry, Contract Specialist (252)335-6291 or Martha
Hebrew, Contracting Officer (252)335-6557 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; firm-fixed-price quotations for overhaul of the
following items are being requested and a written solicitation will not
be issued. Solicitation number DTCG38-99-R-H00015 is being assigned to
this procurement for tracking purposes only and this
synopsis/solicitation is being issued as a Request for Proposal (RFP).
The incorporated clauses and provisions are those in effect through
Federal Acquisition Circular 97-11. This requirement is considered a
small business set-aside; the Standard Industrial Code (SIC) is 3728
and the size standard is 1000 employees. Anticipate award of one
contract for a maximum period of one year. Firm-fixed prices are
requested for overhaul of the following: Pump, Axial Piston, NSN
4320-00-213-5986, P/N 66WBD300-4; estimated quantity of 19 each.
Offerors can expect one delivery order to be issued upon contract award
to ship a quantity of 03 each pumps for overhaul. The remaining
quantity is estimated only and delivery orders will be issued as needs
arise. Offerors are also required to propose a flat rate scrap charge
in the event items are determined "Beyond Economical Repair". Overhaul
shall be accomplished in accordance with Air Force Tech Order
9H4-2-41-73, latest revision. Offerors must possess a current FAA
certification or OEM certification to perform the required overhaul
services and must provide proof of these certifications with the
proposal. The Coast Guard does not own, nor can it provide drawings or
specifications for these items. Offerors must have access to all
current maintenance rework manuals and performance/test/acceptance
criteria to ensure that equipment is reworked in accordance with the
applicable technical orders listed above. The firm-fixed prices
proposed are to include ALL parts and labor required to overhaul the
specified components high cost replacement parts or corrosion WILL NOT
justify renegotiation. Firm-fixed-prices do not include components
received that indicate obvious misuse, cannibalization, or severe
damage due to mishandling or crash damage. Components received in the
above listed conditions will be negotiated on a case by case basis,
after notification to the Contracting Officer of such condition.
Nonreworkable items replaced during overhaul shall be disposed of as
scrap in accordance with the manuals and specifications listed in this
document. Should any of the reparables be determined "Beyond
Economical Repair", the contractor shall immediately notify the
Contracting Officer and await disposition instructions. The contractor
will be entitled to the flat rate scrap charge specified in the award
document. Offerors' proposals are to include a delivery schedule;
however, the first three (3) pumps shipped for overhaul are required no
later than 30 days after receipt of material at contractor's facility.
Delivery shall be no later than 45 days after receipt of material at
the contractor's facility for any subsequent shipments. Earlier
deliveries are acceptable and desired at no additional cost to the
Coast Guard. Inspection and acceptance shall be performed at
destination by USCG ARSC Receiving personnel. Fob point shall be
destination. A Certificate of Conformance in accordance with FAR
52.246-15 is required for each repaired item. Copies of packing slips
and the Certificate of Conformance shall be affixed to the outside of
the shipping container. The closing date for receipt of offers is 01
June 1999, 3:00 pm, Eastern Standard Time. Facsimile offers are
acceptable and may be forwarded via fax number (252)335-6452. Far
provision 52.212-2 applies; evaluation factors will be price and past
performance, and these factors are substantially equal. In order to
evaluate past performance, offerors are instructed to provide
references to verify experience in overhauling and modifying the items
listed above. Offerors are required to provide the agency, point of
contact and applicable phone number for each reference given. Note: The
Government reserves the right to contact any potential source of
information regarding an offeror's past performance. Offeror's are
instructed to include a completed copy of FAR provision 52.212-3,
Offeror Representations and Certifications -- Commercial Items (Feb
1999) with their offers. Offerors that do not have access to these
certifications may request a copy from the point of contact referenced
above to obtain them. The following FAR provisions and clauses apply
to this solicitation and are incorporated by reference: FAR 52.212-1,
Instructions to Offerors -- Commercial Items (Aug 1998), FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items (Apr 1998), FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items (Mar 1999), FAR 52.233-3,
Protest After Award (Aug 1996), FAR 52.222-26, Equal Opportunity (Apr
1984),FAR 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans (Apr 1998), FAR 52.222-36, Affirmative Action for
Handicapped Workers (Jun 1998), FAR 52.222-37, Employment Reports on
Special Disabled and Veterans and Veterans of the Vietnam Era (Apr
1998), FAR 52.225-3, Buy American Act -- Supplies (Jan 1994), Defense
Priorities and Allocations System Rating: DO-A1. Notice to Offerors: It
is the policy of the Coast Guard to issue solicitations and make
contract awards in a fair and timely manner. To further this policy,
the Commandant has created the position of Solicitation Ombudsman who
is empowered to investigate issues raised by prospective offerors and
resolve them, where possible, without expensive and time-consuming
litigation. Potential offerors who believe that a Coast Guard
solicitation is unfair or otherwise defective should first direct their
concerns to the cognizant contracting officer. If the contracting
officer is unable to satisfy the concerns, the offeror should then
contact the Coast Guard Solicitation Ombudsman at the following
address: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC
20593. Telephone (202)267-2285; Fax No. (202)267-4011. Potential
offerors should provide the following information to the Ombudsman in
order to ensure a timely response: solicitation number, contracting
office, contracting officer, and solicitation closing date. ATTENTION:
Minority, Women-Owned and Disadvantaged Business Enterprises(DBEs)!
The Department of Transportation (DOT), Short-Term Lending Program
(STLP) offers working capital financing in the form of lines of credit
to finance accounts receivable for transportation related contracts.
Maximum line of credit is $500,000 with interest at the prime rate. For
further information, call (800)532-1169. Internet address:
http://osdbuweb.dot.gov. Posted 05/18/99 (W-SN332633). (0138) Loren Data Corp. http://www.ld.com (SYN# 0042 19990520\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|