Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1, 2001 PSA #2969
SOLICITATIONS

16 -- 16 -- AIRCRAFT COMPONENTS AND ACCESSORIES

Notice Date
October 30, 2001
Contracting Office
Department 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
ZIP Code
27909-5001
Solicitation Number
DTCG38-02-Q-200002
Response Due
November 27, 2001
Point of Contact
Linda Foster, HH65 Contract Specialist, Phone 252-335-6561, Fax 252-334-5240, Email LFoster@arsc.uscg.mil -- Wade Johnson, HH65 Contract Specialist, Phone 252-335-6438, Fax 252-334-5240, Email WJohnson@arsc.uscg.mil
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation number DTCG38-02-Q-200002 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The applicable North American Industry Classification Standard (NAICS) Code is 336413. The small business size standard is 1000 employees. This acquisition has been designated as unrestricted. Contract award will be made utilizing the simplified acquisition procedure test program. This requirement is for the Overhaul/Modification of Main Gearbox, NSN 1615-14-390-1437, P/N 366A32-0001-00 utilized U. S. Coast Guard (USCG) HH65 aircraft. Contract award is anticipated to American Eurocopter Corporation in Grand Prairie, TX on a sole-source basis. The Government intends to award a firm-fixed-price indefinite delivery/indefinite quantity contract for one-year base and four one-year option periods (if exercised). The estimated quantity is ten per year. Delivery to USCG Aircraft Repair & Supply Center, Elizabeth City, North Carolina 27909 shall be f.o.b. destination only. Delivery is required within 60 days of delivery order award date. Early deliveries will be accepted. Each item shall be individually preserved, packaged, and packed. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. However, packaging material shall NOT consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Items shall be individually packaged and labeled. Labeling shall include the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Contract and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Bar coding is not required. Overhauled/modified components shall be returned in the shipping container used by ARSC or a shipping container of similar construction provided by the contractor. Housings shall be returned to the USCG in contractor-furnished shipping containers. All items ordered under the provisions of the contract must be airworthy and suitable for installation on USCG aircraft. The contractor shall furnish either a Certificate of Airworthiness in accordance with FAA procedures (FAA Form 8130-3 or 8130-4) or a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. A copy of the FAA and OEM certifications authorizing the offeror to overhaul the main gearbox shall be submitted with the offeror's proposal. STATEMENT OF WORK (SOW): 1.0 SCOPE. The requirement exists to overhaul and modify HH-65 main gearboxes listed in the schedule and return them to Ready-For-Issue (RFI) condition. Work under this contract shall be performed at the contractor's facility or USCG-approved subcontractor facility. 2.0 MAJOR TASKS. Except as otherwise provided in this SOW, the contractor shall provide all necessary parts, materials, labor, tooling, test equipment and facilities to overhaul/modify the main gearboxes listed in the schedule. 2.1 Overhaul. Components shall be overhauled as specified in paragraph 5.1 of the SOW. 2.2 Modification. Components shall be modified as specified in paragraph 5.2 of the SOW. 3.0 DOCUMENT DELIVERABLES. 3.1 Overhaul/Modification Documentation. Documentation supporting work completed shall be provided as specified in paragraph 6.4.1 of the SOW. 3.2 Aviation Computerized Maintenance System (ACMS). ACMS documentation for tracked components shall be provided as indicated in paragraph 7.1. 3.3 Reports. The contractor shall provide Government Property Reports in accordance with Transportation Acquisition Regulation (TAR) Clause 1252.245-70. When a subcontracting plan is incorporated into the contract, the contractor shall provide Subcontracting Reports in accordance with Federal Acquisition Regulation (FAR) Clause 52.219-9. 4.0 APPLICABLE DOCUMENTS. 4.1 Government Documents. N/A. 4.2 Industry Documents. 4.2.1 OEM Manuals, Specifications, Procedures for the overhaul and modification of the main gearboxes identified in the schedule. 5.0 REQUIREMENTS 5.1 Overhaul. 5.1.1 The contractor shall overhaul the main gearboxes (MGBs) in accordance with OEM manuals, specifications, and procedures. This effort includes, but is not limited to, disassembly, NDI inspection, providing all systematic parts, assembly, bench test(s), paint, and certification. This effort does not include parts that are other than systematic parts or repair of the housings. 5.2 Modification. 5.2.1 The contractor shall modify the MGB to an equivalent N2 MGB standard (P/N 365A32-6001-01). The modified MGB will be a 366G1 MGB (P/N 366A32-0001-00) with the following additional Approved Modification Sheets (AMS) incorporated: 7208, 7237, 7244, 7246, 7251, 7254, 63B03, 63B12, 63B15, 63B34, 63B46, 63B76, 63B79, 63B88, and 63B90. 6.0 QUALITY ASSURANCE PROVISIONS. 6.1 Responsibility for Inspections and Tests. The contractor shall establish an inspection system in accordance with Federal Aviation Administration (FAA) procedures for all components. The USCG reserves the right to review the contractor operation and/or facilities at any time during the period of the contract. 6.2 Inspections. After overhaul/modification is complete, each component shall be inspected/checked in accordance with OEM procedures. 6.3 Testing. No deviations from test requirements are authorized. 6.4 Flight Critical. The MGBs to be overhauled/modified are flight critical items. The Contractor shall maintain OEM and FAA certifications for the overhaul/modification of the MGBs identified in the schedule throughout the life of the contract and shall immediately notify the Contracting Officer of the loss of either certification. 6.4.1 All overhauled/modified MGBs shall be airworthy and suitable for installation on USCG aircraft. Each returned MGB shall be tagged with a DD Form 1574 Serviceable Condition Code Tag, completed in its entirety. The contractor shall furnish a Certificate of Airworthiness in accordance with FAA procedures or a Certificate of Conformance in accordance with FAR Clause 52.246-15 for each overhauled/modified MGB. These forms shall be packaged with each component and copies shall be included with the invoice. FAILURE TO SUBMIT THE APPROPRIATE CERTIFICATES SHALL CONSTITUTE AN IMPROPER INVOICE AND WILL RESULT IN NONPAYMENT. 6.5 Inspection and Acceptance. Final inspection and acceptance of material under this contract shall be performed at destination by local Receiving personnel and will consist of count, condition and verification that all required documentation has been provided. ARSC considers components RFI upon acceptance. Components determined to be non-RFI upon installation may be returned to the contractor for correction of deficiencies at no additional cost to the USCG. 7.0 REPORTING REQUIREMENTS. 7.1 Aviation Computerized Maintenance System (ACMS) Procedures. 7.1.1 Report Submission. ACMS is the management information system used to schedule and record all USCG aircraft maintenance. The USCG will provide the Significant Component History Report (SCHR) and the Component Repair Record (CRR) for each main gearbox shipped to the contractor. The contractor's responsibility within ACMS shall include submission of the reports within five working days of the completion of the overhaul/modification effort. 7.1.2 ACMS Forms. 7.1.2.1 Significant Component History Report (SCHR). The SCHR records the maintenance history of the serial number tracked components. It remains with its corresponding part until reinstalled on an aircraft or is annotated "scrapped." (NOTE: Written approval from the Contracting Officer is required prior to scrapping a component). The SCHR for scrapped components shall be returned to US Coast Guard Aircraft Repair and Supply Center, ATTN: AVENG/ACMS, Elizabeth City, NC 27909-5001. The contractor shall retain a copy of each SCHR for 90 calendar days. 7.1.2.2 Component Repair Record (CRR). The CRR records the maintenance performed on a serial number tracked component and enrolls or disenrolls components from ACMS when those components are scrapped, added to, or removed from the USCG inventory. The contractor shall document overhaul/modification actions, including the specifications and/or technical orders used as authority, on the CRR. In addition, the contractor shall record the completion of any Service Bulletin and/or Time Compliance Technical Order (TCTO). The contractor shall mail one copy of the CRR to the address shown in paragraph 7.1.2.1 above no later than five working days following completion of the overhaul/modification effort. One copy shall be attached to the invoice. The original CRR shall be packed with the component. The contractor shall retain a copy of each CRR for 90 calendar days. 8.0 GOVERNMENT FURNISHED PROPERTY. All non-systematic parts will be provided by the Coast Guard as Government Furnished Property (GFP). After MGB disassembly and parts inspection, the contractor shall submit a written request for GFP to the Contracting Officer. This list shall include the nomenclature, part number and quantity of each part needed. The delivery schedule will be adjusted based on delays associated with the receipt of the GFP needed for performance. The contractor shall make every effort to include all GFP requirements for each MGB on one request. NOTE: All rejected parts shall be shipped back to the USCG with the overhauled/ modified MGB. 9.0 HOUSING REPAIRS. The USCG will perform MGB housing repairs when determined necessary by the contractor. The contractor shall return housings to the USCG at contractor's expense when repair is necessary. Upon completion of the housing repairs, the housings will be shipped from the USCG to the contractor at the Government's expense. The delivery schedule will be adjusted based on delays associated with the receipt of repaired MGBs needed for performance. The following FAR provisions and clauses are incorporated by reference: 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2000) with addendum: Para (c) 45 calendar days from the date specified for receipt of offers. 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO rated. 52.217-5 Evaluation of Options (Jul 1990). 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a)(1) Technical Acceptability/Quality (acceptable if valid OEM/FAA certifications provided; otherwise, will be determined unacceptable); (2) Past Performance (based on reference checks and/or historical performance records); (3) Price and price-related factors will be evaluated as follows: The estimated quantity for overhaul/modification will be multiplied by the respective unit price to obtain the subtotal for each one-year period. Costs for shipping assets to the contractor's facility will be calculated based on rates provided by the local transportation office to determine subtotal transportation costs. These subtotals will be added together to obtain the subtotal evaluated price of each one-year period. The subtotal evaluated price for the base and four option periods will be added together to obtain the total evaluated price. Technical acceptability and past performance, when combined are significantly more important than price. (b) Options. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2001) The offeror shall submit completed representations and certifications with their offer. 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2001), with addendum: 52.211-15 Defense Priority and Allocation Requirements (Sep 1990). The Defense Priorities and Allocations System assigned rating is DO-A1. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) -- within 30 calendar days of contract expiration (c) -- Five years. SUBCONTRACTING PLAN. In accordance with FAR 19.702(a)(1), the offeror shall submit a subcontracting plan along with any proposal which exceeds $500,000 and which has subcontracting possibilities. If the proposal exceeds $500,000 and the offeror believes there are no subcontracting possibilities for the proposed supplies, the offeror should include with the proposal a letter so stating, along with supporting rationale. The plan shall comply with the requirements of FAR clause 52.219-9, Small Business Subcontracting Plan. In accordance with paragraph (c) of the clause, upon acceptance by the Contracting Officer, the plan will be incorporated into the resultant contract. 52.219-16 Liquidated Damages ? Subcontracting Plan (Jan 1999). 52.223-6 Drug-Free Workplace (Mar 2001). 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) 30 September 2002, 30 September 2002. 52.245-1 Property Records (Apr 1984). 52.245-2 Government Property (Fixed-Price Contracts) (Dec 1989). 52.246-15 Certificate of Conformance (Apr 1984) NOTE: The wording of the Certificate of Conformance must comply exactly with the language in the clause. Discrepancies in wording or failure to submit the certificate will result in delay of acceptance of material and payment of invoice. 52.247-34 F.o.b. Destination (Nov 1991). Transportation Acquisition Regulation (TAR) clause 1252.219-70 Small Business and Small Disadvantaged Business Subcontracting Reporting (Jun 1997). 1252-245-70 Government Property Reports (Oct 1994). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2001) (b)(1) (5) (6) (11) (12) (13) (14) (15) (21) (24) (28). ADDITIONAL TERMS AND CONDITIONS: The prices reflected in the schedule are on a firm-fixed price basis. The Government 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. The Government will ship MGBs and repaired housings, freight prepaid, to the contractor's facility within the United States (except Alaska and Hawaii). In the event that the Contractor's facility is located outside the contiguous states, the District of Columbia or Canada, the f.o.b. point for Government delivery of Government-furnished property shall be a location in the United States (excluding Alaska and Hawaii) specified by the Contractor. Prices shall include all applicable customs/duty/shipping charges. Drawings or specifications are not available, and cannot be furnished by the Government. The full text of provisions and clauses may be accessed electronically via Internet at http://www.deskbook.osd.mil. Point of contact is Linda Foster at (252)335-6561, fax (252)334-5240. Closing date/time for submission of quotations is 27 November 2001 at 3:00 p.m. EST. Submit to Aircraft Repair and Supply Center, H65 Product Line Building 75, Elizabeth City, NC 27909-5001, Attn: Linda Foster. 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 forms of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at prime rate. For further information, call (800) 532-1169. Internet address: http:/osdbuweb.dot.gov.*****
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-02-Q-200002/listing .html)
Record
Loren Data Corp. 20011101/16SOL001.HTM (D-303 SN5118N5)

16 - Aircraft Components and Accessories Index  |  Issue Index |
Created on October 30, 2001 by Loren Data Corp. -- info@ld.com