|
COMMERCE BUSINESS DAILY ISSUE OF MAY 12,2000 PSA#2599Department of Transportation, United States Coast Guard (USCG),
Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65,
H60J, C130 or Support Procurement, Building 79, 75, 79, 78, or 63,
Elizabeth City, NC, 27909-5001 16 -- OVERHAUL OF VERTICAL REFERENCE GYROS SOL DTCG38-00-Q-30019 DUE
053100 POC William Creef, C130 Supply Technician, Phone 252-335-6432,
Fax 252-335-6452, Email WCreef@arsc.uscg.mil -- Martha Hebrew, C130
Contracting Officer, Phone 252-335-6557, Fax 252-335-6452, Email
MHebrew@arsc.uscg.mil WEB: Visit this URL for the latest information
about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG38-00-Q-3
0019&LocID=487. E-MAIL: William Creef, WCreef@arsc.uscg.mil. 17. 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 requirement will
be satisfied using commercial acquisition procedures specified in FAR
Part 12. This announcement constitutes the only solicitation;
firm-fixed-price proposals for overhaul of the following items are
being requested and a written solicitation will not be issued.
Solicitation number DTCG38-00-Q-30019 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 97-17. This requirement is considered a small business
set-aside; the Standard Industrial Classification Code is 3728 and the
size standard is 1000 employees. This synopsis/solicitation is issued
for the overhaul of 15 each, Vertical Reference Gyros, NSN
5826-00-348-3874, P/N 792-6694-001. Offerors are also required to
propose firm-fixed price for scrapping reparables which are determined
"Beyond Economical Repair". Overhaul shall be accomplished in
accordance with Air Force Technical Order 5A11-1-3-13-3N. Offerors must
possess a current FAA certification or an OEM certification to perform
overhaul and service on the items listed above and must provide proof
of these cerifications with the proposal; or other certifications,
(such as DOD Certification), to be submitted to the Contracting Officer
for review and approval on a case by case basis. Certifications, as
stated above, must also be submitted for subcontractors, if they will
be performing the work. 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 handled on a case by case basis, after
notification to the Contracting Officer of such condition. Within
fifteen days of the determination, the Contractor shall submit a
condition report for Unusually Damaged Items listing parts and labor
required to accomplish the "over and above work". The contractor shall
be entitled to the firm-fixed-price specified in the contract for
overhaul/modification/reconfiguration and any amounts proposed for
"over and aboves" will be negotiated separately. High cost replacement
parts and/or the presence of corrosion will NOT be considered as
reasons for "over and above" proposals and will not necessitate
re-negotiation of the overhaul prices. Nonreworkable items replaced
during overhaul shall be disposed of as scrap, which means to render
those items unusable for their intended purpose. 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 scrap rate
charge specified in the award document. Offerors' proposals are to
include a delivery schedule. Desired delivery to commence within 30
days after receipt of material. Accordingly, the contractor will be
required to notify the Contracting Officer upon receipt of the
reparables. 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. Copies of packing slips shall be affixed to the
outside of the shipping container. Packaging of the items for return
shipment shall be in accordance with the Contractor's best commercial
practices with the following exceptions: Each item or unit must be
individually packed in a separate box, carton, or crate. Each
individual container shall be labeled on the outside with NSN, Part
Number, Serial Number, Quantity, Nomenclature, Purchase Order Number,
and Line Item. Only Bar Coding of the NSN is necessary. The internal
packaging material shall be sufficient to prevent damage during
shipment, handling, and storage. Each unit shall be packaged to protect
against electrostatic damage. Preservation protection must be
sufficient to prevent corrosion, deterioration or decay during
warehouse storage for a period of one year, but no preservation coating
will be applied directly to the component. Packaging material shall NOT
consist of the following material: popcorn, shredded paper, styrofoam
of any type, or peanut style packaging. The closing date for receipt of
offers is 31 May, 2000, 3:00 pm, EST. Facsimile offers are acceptable
and may be forwarded via fax number 252-335-6452. Offeror's are
instructed to include a completed copy of FAR provision 52.212-3,
Offeror Representations and Certifications-Commercial Items (Feb 2000)
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 (June 1999); FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items (May 1999); FAR 52.203-6,
Restrictions on Subcontractors Sales to the Government (Jul 1995),
Alternate I, (Oct 1995); FAR 52.219-8, Utilization of Small, Small
Disadvantaged and Women-Owned Small Business Concerns (Jan 1999); FAR
52.222-36, 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 Workers with Disabilities (June
1998); FAR 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (Apr 1998); FAR 52.225-3, Buy American
Act-Supplies (Jan 1994); FAR 52.233-3, Protest After Award (Aug 1996);
FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-8, Cancellation,
Recission, and Recovery of Funds for Illegal or Improper Activity; FAR
52.203-10, Price or Fee Adjustment for Illegal or Improper Activity
(Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain
Federal Transactions; FAR 52.204-4, Printing/Copying Double-Sided on
Recycled Paper (Jun 1996); FAR 52.211-15, Defense Priority and
Allocation Requirements (Sep 1990); FAR 52.219-6, Notice of Small
Business Set-Aside (Jul 1986); FAR 52.243-1, Changes Fixed Price (Aug
1987) Alternate I (Apr 1984); FAR 52.245-1, Property Records (Apr
1984); FAR 52.247-34, FOB Destination (Nov 1991). 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 office, contracting officer, and solicitation
closing date. ATTENTION: Minority, Women-Owned and Disadvantaged
Business Enterprises(DBE's)! 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. See Note 1. Posted
05/10/00 (D-SN453344). (0131) Loren Data Corp. http://www.ld.com (SYN# 0170 20000512\16-0008.SOL)
16 - Aircraft Components and Accessories Index Page
|
|