Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2002 FBO #0095
SOLICITATION NOTICE

16 -- Various spare parts for the HU25 Falcon

Notice Date
3/5/2002
 
Notice Type
Solicitation Notice
 
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-100030
 
Response Due
3/14/2002
 
Archive Date
3/29/2002
 
Point of Contact
Denise Hall, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427,
 
E-Mail Address
DHall@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 and no other solicitation document will be issued. Solicitation number DTCG38-02-Q-100030 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. The US Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to award a firm fixed price purchase order using simplified acquisition procedures to the Original Equipment Manufacturer (OEM) Honeywell International Defense and Space on a Sole Source Basis for the purchase of CLIN 1: Tube Assy Metal, Quantity 5 Each, NSN: 4710-01-430-2386, PN# 3003285-1; CLIN 2: Cover Intake Manifold, Quantity 10 Each, NSN: 2995-01-304-2521 PN# 3002397-7; CLIN 3: Cover Intake Manifold, Quantity 4 Each, NSN: 2995-01-304-2520; PN# 3002397-6; CLIN 4: Dagmar, Quantity 5 Each, NSN: 1560-01-HR1-5638, PN# 3001550-7; CLIN 5: Ring HO Seal Fwd. LA, Quantity 7 Each, NSN: 2840-01-074-7219, PN# 3001724-2. This requirement is used in support of the US Coast Guard HU25 Falcon Aircraft. All Items are to be delivered to US Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909. The North American Industry Classification System (NAICS) code is 336412 and the small business size standard is 1000 employees. This is an unrestricted procurement. The Coast Guard does not own nor can it obtain specifications, drawings, plans or other technical data for this material. Requests for drawings will be disregarded. FOB Destination offers are desired. FOB Origin offers must include shipping charges to be considered responsive. Inspection and acceptance of material shall be performed by the USGC Aircraft Repair and Supply Center Receiving personnel. Items delivered shall be new material. Recondition/used material is not acceptable. Items must be provided by the OEM, or, if the contractor is someone other than the OEM, must provide ?traceability? to the OEM. Traceability means that the awardee must be able to show a clear, documented, audited paper trail for ownership and transfer of each part, from the OEM to the final vendor. All parts shall be in an airworthy condition and in all respects suitable for installation on a U.S. Coast Guard aircraft. Aircraft parts shall be manufactured in accordance with Federal Aviation Regulation Part 21 or alternate standards approved by the Engineering Division of the USCG Aircraft Repair and Supply Center. Anticipated award date is 15 Mar 2002. Desired delivery is 60 days after receipt of an order. Required delivery is 60 days after receipt of an order. Packaging and Marking: shall be packaged in accordance with ASTM D 3951-98 approved 10 November 1998. Each part must be individually packed in a separate envelope, box, carton or crate to enable shipment via land, air or sea to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Each individual container shall have a copy of the packing slip attached indicating the National Stock Number, Part Number, Purchase Order Number, and quantity. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type or peanut packaging. Preservation and protection shall be provided to prevent corrosion , deterioration or decay during warehouse storage for a period of one year. All responsible sources may submit an offer which shall be considered by the agency. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999)- award will be made to the Offeror proposing the best value to the Government considering technical acceptability, price, delivery, and past performance., FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2001) to include Alt I (Oct 2000), Alt III (Oct 2000) These certifications must be included with quote., FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (Dec 2001) with the following addendas: FAR 52.207-4 Economic Purchase Quantity ? Supplies (Aug 1987); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated., FAR 52.211-17 Delivery of Excess Quantities (Sep 1989); FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984), FAR 52.246-2 Inspection of Supplies ?Fixed Price (AUG 1996), FAR 52.246-15 Certificate of Conformance (APR 1984) and the Coast Guard required Airworthiness Certification Requirements.; FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders ?Commercial Items (May 2001), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.225-3 Buy American Act-North American Free Trade Agreement?Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note) Alternate I of 52.225-3; FAR 52.225-13 Restriction On Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 U.S.C. 3332); ATTENTION: Minority, Women-owned and Disadvantaged Businesses (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 on STLP, call (800) 532-1169, Internet address: http://osdbuweb.dot.gov. The Defense Priorities and Allocations Systems Rating is DO-A1. Quotes may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part Number, Unit Price, Extended Price, Estimated Delivery, Payment Terms and discount offered for prompt payment, FOB Shipping terms including shipping costs for FOB Origin quotes, any required quantity variation and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2001) of copies can be obtained by calling the Agency. Contractors should have a valid Cage Code and DUNs Number or the ability to obtain one. Contractors are encouraged to register with the Central Contractor Registration (CCR) to facilitate Payment by Electronic Funds Transfer. CCR Registration can be accessed at internet address www.ccr.dlis.dla.mil. The closing date and time for receipt of offers is 14 Mar 2002, 4:00 PM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (252) 334-5427 or E-mailed to dhall@arsc.uscg.mil. Contact Denise Hall at (252) 335-6143 for questions regarding this solicitation. See Note 12.
 
Record
SN00035656-W 20020307/020305213136 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.