This solicitation outlines terms and conditions for federal government acquisition of commercial items, focusing on the repair and overhaul of Audio Control Panels for the USCG. It details instructions for offerors, evaluation criteria (lowest price, technically acceptable), and conditions for contract award, including a 60-day acceptance period and the possibility of award without discussions. Key technical requirements include FAA certification or OEM/Air Force approval, adherence to OEM Component Maintenance Manuals, and the requirement for non-OEM vendors to be FAA 145 certified and perform 50% of work at their facility. The document also specifies packaging, shipping (to Elizabeth City, NC within 90 days ARO, with earlier deliveries preferred), inspection, and invoicing procedures, including
This Statement of Work (SOW) outlines the requirements for obtaining services for the inspection, repair, and overhaul of specific audio control panel components for the United States Coast Guard (USCG). Services must be provided by the Original Equipment Manufacturer (OEM), an OEM Authorized Repair Center, or an FAA Certified 145 Repair Center acceptable to the Coast Guard. Contractors must adhere to OEM specifications, including Component Maintenance Manuals (CMMs) and Service Bulletins, and be ISO 9000 compliant or have an acceptable quality system. The SOW details requirements for obtaining proprietary OEM documentation, addressing USCG modifications, coating requirements, and defining levels of repair (inspect/repair and overhaul). It also provides guidelines for handling corrosion, requesting "Beyond Economical Repair" (BER) determinations, and mandates submission of a Teardown and Inspection Report (TIR) within specified timelines.
This document is a Justification for Other Than Full and Open Competition, specifically utilizing Simplified Acquisition Procedures (SAP) under FAR 13.106-1(b). It outlines the rationale for a sole-source procurement by the USCG for the repair of specific audio control panels (p/n AL23-3140-9MODVER3 and AL24-3370-9MODVER4) for HC-144 aircraft. The sole source is ORBIT COMMUNICATION SYSTEMS, INC (CAGE code 34NS0), identified as the Original Equipment Manufacturer (OEM). The justification stems from the OEM's exclusive ownership of technical data, specifications, and drawings required for repair, making it uneconomical for the government to acquire these rights. Market research, including past procurement history and the Inventory Locator Service (ILS®), confirmed that only the OEM or an OEM-approved distributor can meet the requirements due to operational safety and flight critical standards. The USCG states it cannot legally alter the requirement and does not possess the necessary technical data to enable full and open competition. Future efforts to overcome competition barriers include continuous market research and attendance at aviation trade shows to explore alternative options, although purchasing OEM rights remains economically unfeasible.