Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19, 2001 PSA #2980
SOLICITATIONS

16 -- RECEIVER/TRANSMITTER

Notice Date
November 15, 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-R-J00002
Response Due
December 15, 2001
Point of Contact
Sherri Roche, H60J Contract Specialist, Phone 252-335-6791, Fax 252-335-6790, Email SRoche@arsc.uscg.mil -- Curt Gruver, H60J Contracting Officer, Phone 252-335-6642, Fax 252-335-6790, Email cgruver@arsc.uscg.mil
Description
BASE PERIOD NSN 5841-01-251-0696 P/N 1042A0001-G3 RECEIVER/TRANSMITTER, =20 0001A REWORK , 5 EACH 0001B RETROFIT 1 EACH =20 0001C NO FAULT FOUND 1 EACH =20 0002 1st OPTION YEAR NSN 5841-01-251-0696 P/N 1042A0001-G3 RECEIVER/TRANSMITTER 0002A REWORK , 5 EACH 0002B RETROFIT 1 EACH =20 0002C NO FAULT FOUND 1 EACH 0003 2nd OPTION YEAR=20 NSN 5841-01-251-0696 NSN 5841-01-251-0696 P/N 1042A0001-G3 RECEIVER/TRANSMITTER 0003A REWORK , 5 EACH 0003B RETROFIT 1 EACH =20 0003C NO FAULT FOUND 1 EACH 0004 3rd OPTION YEAR NSN 5841-01-251-0696 P/N 1042A0001-G3 RECEIVER/TRANSMITTER 0004A REWORK , 5 EACH 0004B RETROFIT 1 EACH =20 0004C NO FAULT FOUND 1 EACH 0005 5th OPTION YEAR NSN 5841-01-251-0696 P/N 1042A0001-G3 RECEIVER/TRANSMITTER 0005A REWORK , 5 EACH 0005B RETROFIT 1 EACH =20 0005C NO FAULT FOUND 1 EACH=09 =20 SECTION C -- DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C-1. SCOPE OF WORK. On an as needed basis the contractor shall provide all parts, materials, labor, tooling, test equipment and facilities required to rework and/or modify the avionic components identified in Schedule B. The contractor shall provide the data and documentation requirements specified as a part of this statement of work. =20 C-2. DEFINITIONS. For the purposes of this solicitation/contract, the following definitions apply: C-2.1. REWORK. -- To tear down, carefully inspect, clean, replace time limit components, and components out of the OEM's current specifications and restore to manufacturer's performance specifications by reassembling and testing in accordance with the OEM's current specifications and procedures. C-2.2. MODIFICATION. -- To make basic changes, alterations, and adjustments on a component or its sub-assemblies when required by OEM service bulletins or USCG engineering design changes. C-2.3. AIRCRAFT ON THE GROUND (AOG). -- An aircraft, which cannot perform its mission because an essential piece of equipment is not available. This condition requires that the component be handled as a high priority, and that the return be expedited. C-2.4. CANNIBALIZE. -- Items covered in this contract in which repairable assemblies such as circuit cards have been removed. Items covered in this contract that are received by the contractor missing consumable components are not considered to be cannibalized. C-2.5. NO FAULT FOUND. -- An item which meets minimum performance specifications set forth in this contract during, and after the time an item has been brought up to full operating temperature, and requires no parts or labor other than that which is necessary to perform this testing. C-3. APPLICABLE SPECIFICATIONS. The information contained in this scope of work is not intended to be all-inclusive nor to detract from procedures outlined in the original equipment manufacturer's (OEM) specifications except where noted herein. The Contractor shall have access to all necessary maintenance, rework and overhaul manuals and performance/test/acceptance criteria and data to ensure that equipment is reworked/modified, calibrated, and operating in accordance with the OEM's current specifications and procedures. C-3.1. PRECEDENCE. -- In the event of conflict or ambiguity, the following order of precedence among documents shall govern (1) this statement of work, (2) referenced documents, and (3) OEM specifications. The contractor shall notify the Contracting Officer of each instance of conflicting requirements. C-4. REQUIRED REWORK SERVICES. C-4.1. Equipment shall be reworked to meet current minimum functional performance and test specifications as designated by the OEM. C-4.2. The contractor shall perform a visual inspection of the equipment and correct deficiencies found. This shall include replacement of broken parts and the removal of any foreign matter or corrosion. Parts of a component found to be in a serviceable condition as a result of inspection and functional testing shall be reused. Parts found to be defective shall be replace with parts that meet the OEM's current specifications and drawings. C-4.3. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Contractors are advised to expect corrosion on equipment to be reworked under this contract. During inspection and functional test, the presence of corrosion in an assembly or component or part thereof shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made only to the extent necessary to remove corrosion or replace the part(s) affected. Corroded parts shall be replaced except in those cases where removal of corrosion from a part will not impair efficiency or safe operation of the part. Corrosion removal and treatment of affected areas shall be accomplished in accordance with the OEM's current specifications and drawings, or shall meet the Contracting Officer's approval when OEM specifications do not exist or are not clear. C-4.4. If after visual and functional inspection and testing, an item is found to be a "no fault found" component, the contractor shall notify the Contracting Officer of this situation in writing within 15 working days, and provide an itemized cost for such inspection and testing. After, a discussions between the Contracting officer and Contractor representatives on No Fault Found items, and mutual agreement of costs, the Contracting Officer will issue a modification to the contract incorporating this new "no fault found" price in lieu of the original rework price stated in Schedule B. No Fault Found components shall be thoroughly checked to ensure they meet current minimum functional performance and test specifications as designated by the OEM. The "no fault found" condition will be entered on the component tracking form described in paragraph C-9.1. C-4.5. The contractor shall notify the Contracting Officer within five (5) working days when Class I , changes are made to the OEM's specifications or drawings applicable to equipment to be reworked under this contract. Such notification shall include the nature of the change and details sufficient for the Coast Guard to evaluate the scope and impact of the change. Prior approval to perform in accordance with revised specifications/drawings must be obtained from the Contracting Officer. The Coast Guard reserves the right to waive any specification. C-4.6. The contractor shall remove the unserviceable tag, DD Form 1577-2, from the components. The Coast Guard metallic bar code shall remain attached, unobscured, with the applicable component. The Coast Guard Significant Component History Report shall remain with the component it is assigned with. C-4.7. The prices and repair turn around times contained in this contract are predicated on the standard repair having no more than two modules, and no more than three components per module, requiring replacement. C-5. SERVICE BULLETINS. The contractor shall be required to incorporate service bulletins as directed by the Contracting Officer. "No Cost" service bulletins shall be incorporated into components being reworked at no cost to the Coast Guard when directed by the Contracting Officer. Firm Fixed rework prices established in Schedule B shall not be considered to include the incorporation of required service bulletins. C-5.1. Upon receipt of notification from the Contracting Officer that a service bulletin is required, the Contractor shall submit, with thirty (30) calendar days after receipt of the notification, a firm fixed price proposal for an incremental charge to be assessed against each component that will have the service bulletin incorporated into it. The charge will (if applicable) include software maintenance for the service bulletin. The proposal shall contain a breakdown of material and labor costs. Upon completion of negotiations and agreement of an incremental charge and issuance of a contract modification to reflect this change; the service bulletin shall be incorporated into each applicable component. C-6. OBSOLETE PARTS OR PROCESSES. In the event certain parts or processes become obsolete, the Contractor shall, within fifteen (15) calendar days after receipt of the assembly or component, notify the Contracting Officer in writing and submit (1) rationale and verification of any obsolete part or process, and (2) a written estimate of the effort required to accomplish the rework. Such estimates shall include nomenclature, part number, cost and quantity of replacement parts, and total labor hours charged and the applied labor rate. Contractor shall verify cost of parts with invoices or catalogs. The contractor's delivery obligation for the component(s) identified shall be suspended as of the date of notice to the Contracting Officer. The Contracting Officer will (within thirty (30) calendar days after receipt of the contractors written estimate) schedule negotiations with the Contractor to establish a new rework charge applicable to the affected item incorporating the revised effort made necessary by the obsolete parts or processes. After/if the Contracting Officer issues a contract modification establishing a new rework charge for the affected item, the Contractor shall have thirty (30) calendar days (or such other time period as the parties shall mutually agree) from the date of the modification to accomplish delivery. C-7. UNUSUAL DAMAGE ITEM. =20 C-7.1. Firm fixed prices proposed in Schedule B for rework shall not include assemblies and components that have been cannibalized of repairable parts or severely damaged due to mishandling, crash damage, or acts of God. These items shall be evaluated and an itemized list of costs involved in this evaluation submitted to the Contracting Officer for negotiations and approval. Upon completion of negotiations, the Contracting Officer shall issue a modification to the contract authorizing payment for the unusual damage evaluation. C-7.2. When components are received for rework, but upon inspection, obvious misuse, cannibalizing, or severe damage due to mishandling or crash damage is found, the Contractor shall within fifteen (15) calendar days of discovery of the damage, notify the Contracting Officer in writing that the item is considered unusually damaged and requires an Unusual Damage Evaluation. =20 C-7.3. When a component is processed for Unusual Damage Evaluation, the Contractor shall within thirty (30) calendar days of induction of the item, or within sixty (60) calendar days for vendor repair items, consult with the DCMC inspector on the extent of repairs necessary and submit an inspection condition report and rework price proposal (witnessed by the DCMC inspector), covering all parts and repairs needed to return the unit to satisfactory condition which meets the OEM's minimum performance specification. The proposal shall contain the National Stock Number (NSN), part number (P/N), nomenclature, and serial number of the component, a listing of replacement parts and/or material required, the time needed to effect the repair, and a cost breakdown including the cost of each required part and the number of labor hours and the labor rate. The proposal shall not include the work involved in the teardown and inspection which will have already occurred, as this is covered by the charge that would have been negotiated under paragraph C-7.1 for the Unusual Damage Evaluation. Within thirty (30) calendar days of receipt of the inspection condition report and rework price proposal, the Contracting Officer shall either deny authorization for the rework or initiate negotiations for a firm fixed price with the Contractor, based on the information in the report and any other information which may be available. The contractor will stop work until the repair action is resolved. Upon mutual agreement to price, a modification will be issued to require rework at the agreed upon terms. If rework is not desired, the Contracting Officer shall provide the Contractor with disposition instructions for the un-reworked item, and the Contractor shall be entitled only to appropriate compensation for Unusual Damage Evaluation as previously stated. C-7.4. Subject to the Disputes Clause, the Government reserves the unilateral right to establish the price for unusual damages or to unilaterally determine whether a component falls into this category. C-7.5. In addition to "Unusual Damage" conditions, the following additional repair charges will be applied when needed. The contractor is responsible for notifying the Contracting Officer when such additional charges are needed, and will not proceed with such repair until a priced modification has been issued authorizing the additional funding. =20 C-8. CONDEMNED PARTS AND MATERIAL. All non-reworkable/scrap parts replaced during rework/modification shall be scrapped at the contractor's facility in the presence of a Defense Contract Management Command (DCMC) representative, utilizing Litton?s established scrap procedure process. C-9. REPORTING REQUIREMENTS. C-9.1. AVIONICS TRACKING SYSTEM REQUIREMENT (ATS). The contractor shall maintain a legible component tracking form for each item reworked/modified. The tracking form shall show the component's part number, nomenclature, serial number and specific rework performed including man-hours and materials. Replaced electronic components shall be identified by the electronic components schematic component designation. In addition, the contractor shall review all manufactures' service bulletins, service information, letters and equipment revisions for applicability against the reworked item's part number. The contractor shall indicate on the tracking form those that are applicable and whether or not they have been installed on the serial number item being reworked. =20 The specific form (i. e. contractors existing form) to be used shall be submitted with five calendar days after rework completion with three legible copies of the tracking form distributed as follows: A. 1 copy shall be attached to the original invoice. B. 1 copy shall be placed inside of the shipping container with the reworked component. C. 1 copy shall be mailed to the following address: Commanding Officer U. S. Coast Guard Aircraft Repair and Supply Center Attn: Code 3200 (Tracking Data Entry) Elizabeth City, NC 27909-5001 C-9.2. CONDITION REPORT FOR EXCLUSIONS. The Contractor shall submit a Condition Report in accordance with paragraph C-7.4 for unusually damaged assemblies and components received which indicate obvious misuse, cannibalizing or severe damage due to mishandling or crash damage. (See paragraph C-7 above for Unusual Damage Item description). This report shall be sent to the Contracting Officer, USCG Aircraft Repair & Supply Center, HH-60J Supply Cell, Hangar 79, Elizabeth City, NC 27909-5001; plus a copy must accompany the Contractor's invoice. C-10. GOVERNMENT PROPERTY REPORTS. The contractor shall prepare an annual report of Government property in its possession and the possession of its subcontractors. C-10.1. The report shall be submitted to the Contracting Officer not later than September 15 of each calendar year on DOT F4220.43 (See Attachment 1, Section J).=20 Items are to be delivered to USCG, ARSC Receiving Section, Bldg 63, Elizabeth City, North Carolina, 27909-5001. Final acceptance shall be at destination. The Coast Guard does not own, nor can it provide drawings or specifications for this item. There is no formal solicitation document. Closing date and time for receipt of offers is Dec 15, 2001, 3:00p.m. Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via Fax Number: (252) 335-6790.=20 The Coast Guard intends to negotiate with the Original Equipment Manufacturer (OEM), Litton Integrated Systems, as the only know NAVICP-PICA certified source of supply. Offerors, other than the OEM, must posses NAVICP-PICA certification as a certified source of supply and must provide proof of such prior to contract award. Information regarding NAVICP-PICA certification may be obtained from NAVICP (CODE 073), 7300 Robbins Blvd., Philadelphia, PA, (215) 697-1236). FAR Provision 52.212-2 does not apply in that award will be made to the offeror who submits the lowest price. Offers may be submitted on company letterhead stationery indicating nomenclature, part number, unit price, and extended price for the items offered; plus the FOB point, any discounts for prompt payment and business size standards and any minority classification. A Company representative authorized to commit the company must sign this offer. See Numbered Note 22 and 26. Attention: Minority, Women-owned, and Disadvantage 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. Items are to be delivered to USCG, ARSC Receiving Section, Bldg 63, Elizabeth City, North Carolina, 27909-5001. Final acceptance shall be at destination. The Coast Guard does not own, nor can it provide drawings or specifications for this item. There is no formal solicitation document. Closing date and time for receipt of offers is Dec 16, 2001, 3:00p.m. Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via Fax Number: (252) 335-6790. The Coast Guard intends to negotiate with the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corp, as the only know NAVICP-PICA certified source of supply. Offerors, other than the OEM, must posses NAVICP-PICA certification as a certified source of supply and must provide proof of such prior to contract award. Information regarding NAVICP-PICA certification may be obtained from NAVICP (CODE 073), 7300 Robbins Blvd., Philadelphia, PA, (215) 697-1236). FAR Provision 52.212-2 does not apply in that award will be made to the offeror who submits the lowest price. Offers may be submitted on company letterhead stationery indicating nomenclature, part number, unit price, and extended price for the items offered; plus the FOB point, any discounts for prompt payment and business size standards and any minority classification. A Company representative authorized to commit the company must sign this offer. See Numbered Note 22 and 26. Attention: Minority, Women-owned, and Disadvantage 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.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-02-R-J00002/listing .html)
Record
Loren Data Corp. 20011119/16SOL024.HTM (D-319 SN5130U4)

16 - Aircraft Components and Accessories Index  |  Issue Index |
Created on November 11, 2001 by Loren Data Corp. -- info@ld.com