Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2002 FBO #0123
SOLICITATION NOTICE

16 -- Aircraft Components and Accessories

Notice Date
4/2/2002
 
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-100031
 
Response Due
4/15/2002
 
Archive Date
4/30/2002
 
Point of Contact
Linda Clark, HU25 Contract Specialist, Phone 252-334-5212, Fax 252-334-5427, - Linda Clark, HU25 Contract Specialist, Phone 252-334-5212, Fax 252-334-5427,
 
E-Mail Address
LHutzler@arsc.uscg.mil, LHutzler@arsc.uscg.mil
 
Description
17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Proposal (DTCG38-02-Q-100031) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-06. The North American Industry Classification System (NAICS) Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract. The award will be in accordance with FAR 6.302-1. The USCG intends to negotiate and award to an authorized OEM or a responsible contractor who can provide a COC with traceability to the OEM for the purchase of the below material. Traceability means that the awardee must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. CLIN # 1 M20H221043890B1 5330-14-297-1334 SEAL, NONMETALLIC SP 20 CLIN # 2 MY20735-105 4720-01-HS1-4241 TUBE 5 CLIN # 3 MY205151002G01 4730-14-383-1861 FITTING, BANJO 6 CLIN # 4 2504-926V 4820-14-371-5946 VALVE, CHECK 7 CLIN # 5 MY2032116G01 1560-14-516-5937 BEARING 5 CLIN # 6 ANV12SP18D 3110-14-417-6921 BEARING, ROLLER, AIRF 20 CLIN # 7 A5050-24806-1 1650-14-373-2912 DIAPHRAGM 5 CLIN # 8 FGFB331076006 5315-01-HS1-4445 PIN 10 CLIN # 9 L22138-50X30BEM 5306-14-418-2056 SCREW 45 CLIN # 10 MY20381-516 9330-14-391-4453 PLASTIC STRIP 10 CLIN # 11 130151008 5340-14-449-3998 HANDLE 10 CLIN # 12 MY20114-13822 5365-14-370-1466 PLUG, MACHINE THREAD 18 CLIN # 13 06S0121901 5330-14-372-7240 GASKET 35 CLIN # 14 06S0110401 5330-14-372-7238 GASKET 35 CLIN #15 51369205019 5340-01-HS1-4700 CLAMP, LOOP 90 CLIN # 16 MY20161-1306 5330-14-454-7362 GASKET 4 CLIN # 17 2014 5315-14-395-0809 PIN THREADED 120 CLIN # 18 13015140302 1680-01-HS1-4494 PROTECTOR 10 CLIN # 19 MY20260-028R1 5305-01-HS1-4274 SCREW 20 CLIN # 20 NAS517C2-3 5305-14-473-3263 SCREW 220 CLIN # 21 MY20264-6009 5360-14-373-3149 RESSORT 4 CLIN # 22 22201BE052005L 5306-14-514-3945 SCREW 24 CLIN # 23 MY2051516520G01 6620-14-383-1895 SUPPORT 12 CLIN # 24 22201BE052016ME 5306-14-514-7804 SCREW 20 CLIN # 25 MY20270-001 5310-14-297-1309 WASHER, FLAT 110 CLIN # 26 22201BE050014M 5306-01-HS1-4378 SCREW 250 CLIN # 27 22140BC040008L 5305-14-257-0473 SCREW 300 CLIN # 28 NAS517C3-2 5305-14-484-7643 SCREW 725 CLIN # 29 IR3-06 5930-14-230-0846 COVER 17 CLIN # 30 22168BE050019M 5305-14-369-3489 SCREW, CLOSE TOLERAN 500 CLIN # 31 MY20211-0935 5365-14-370-1467 PLUG, MACHINE THREAD 13 CLIN # 32 C49467 5310-14-375-4104 NUT 5 CLIN # 33 75-20-7 5020-01-HS1-4272 STRAP, GROUNDING 30 CLIN # 34 MY20311-2503 5310-14-507-6985 WASHER 4 CLIN # 35 L22138-50-17BEM 5306-14-369-3473 BOLT, CLOSE TOLERANC 500 CLIN # 36 22168BE060019M 5305-14-417-6942 SCREW, CLOSE TOLERAN 450 CLIN # 37 MY20137-2081016 1560-14-411-4304 BRUSH 4 CLIN # 38 1707 1560-14-410-0114 INSULATION BLANKET 3 CLIN # 39 1685 1560-14-410-0106 INSULATION BLANKET 5 CLIN # 40 1695 1560-14-410-0111 INSULATION BLANKET 2 CLIN # 41 MY2013680300G01 1560-14-411-4094 OBTURATR, RAIL 1 CLIN # 42 MY20721-85800 1560-14-370-1750 PLT FT WRMR 2 CLIN # 43 1703 1560-14-410-0112 INSULATION BLANKET 3 CLIN # 44 F50B267001110A1 1560-14-512-1508 FRAME, WIN A/C P 1 CLIN # 45 MY2024910510G03 5325-01-HS1-4931 FITTING FASTENER, RH 2 CLIN # 46 V22-01 1680-14-412-2389 PUSH ROD 4 CLIN # 47 MY20331-75 1560-14-392-5967 PIN ASSY 2 CLIN # 48 MY2072702G02 4710-14-450-9928 HOSE ASSY 3 CLIN # 49 MY20137-1091015 1560-14-411-4303 BRUSH 7 CLIN # 50 MY20147-2081016 1560-14-411-4309 BRUSH 5 CLIN #51 MY2013680200G01 1560-14-451-2645 LEVER ASSY LH 1 The manufacturers for the items listed above are items 1 2, 3, 5, 8, 10, 12, 16, 19 through 25, 28, 31, 34, 37, 41, 42, 44, 45, 47, 51, (F6117) Dassault Aviation, 9RP Champs Elysees Marcel Dassault, Paris F-75008, France, Phone (0) 153769300; item 4 (F1958) Liebherr Aerospace Toulouse SA, 408 Av des Etats Unis BP 2010, Toulouse F-31200, France, Phone (0) 561352828; item 6, (F0234) ADR Application Du Roulement, SA, Che Des Pres, BP 3, Thomery F-77810, Phone (0) 164705950; items 7, 32, (F6137) Messier Bugatti SA, ZA Louis Breguet, BP 40, Felizy Villacoublay, F-78140, Phone (0) 146298100; items 9, 26, 27, 30, 35, 36, (F0111) BNAE Bureau de Normalisation de I?Aerotechnique, Technoplois 54 199 R Jean-Jacques Roussear, Issy Les Moulineaux F-92138, France, Phone (0) 147657000; items 11, 13, 14, 18 (F5142) Dassault Equipments Div De Dassault Aviation, 9RP Champs Elysees Marcel Dassault, Paris F-75008, France, Phone (0) 153769300; item 15 (F3195) Precisavia Sarl, France; item 16 (F2975) ATP Applications Techniques Des Plastiques SA, PB 1, Chapelle Royale, F-28290, Phone (0) 237535050; item 29 (F0214) ECE L'Equipement Et La Construction Electrique SA, 129 B Davout, BP 113, Paris F-75020, Phone (0) 156061000; item 33 (F0217) Labinal SA, 5 Av Newton, PB 218, Montigny Le Bretonneux, F-78180, Phone (0) 130853085; items 38 through 40, 43 (F2538) Jehier, Tre De St Ezin, BP 29, Chemille, F-49120, Phone (0) 241645400; item 46 (F0465) SICMA Aero Seat, 7 R Lucien Coupet, Issoudun, F-36100, Phone (0) 254033939. Pricing shall reflect any quantity discount. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001, or as indicated on individual line items. F.O.B. Point shall be F.O.B. Destination. Desired delivery date is 30 days after contract award; required delivery date is 365 days after contract award. Packaging and marking: shall be in accordance with ASTM D 3951-98 approved Nov 10, 1998. Packaging instructions shall be: Clins 9, 12, 13, 14, 16, 19 through 31, 34 through 36, 37, 51 Bulk packaging of material is acceptable as long as the packaging is sufficient to prevent damage during shipment, handling and storage. ARSC is a supply depot, therefore material will be stored and transshipped to various users. The container must be sufficient to prevent during shipment, handling and storage. Preservation must offer protection from corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees fahrenheit and high humidity for a period of one year. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, quantity, nomenclature and contract number. Clins 1 through 8, 10, 11, 5, 17, 18, 32, 33, 38 through 50 Each part must be individually packed in a separate box; carton or crate, or sealed envelope. ARSC is a supply depot, therefore material will be stored and transshipped to various users. The shipping containers must be suitable for shipment via land, air, or sea. The internal packing material must be sufficient to prevent damage during shipment, handling and storage. Preservation must offer protection from corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees fahrenheit and high humidity for a period of one year. Each package shall be individually labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, Line Item Number. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging; bar coding is authorized, however not mandatory; AOG situation requires highly visible lettering on the outside of container, For Clins 1, 4, 6, 28, 32, 36, 47 These items are deemed flight critical in USCG missions. Inspection shall be performed by Certificate of Conformance (COC) and acceptance shall be performed by ARSC Quality Assurance Personnel. All remaining items: Inspection shall be performed by Certificate of Conformance (COC) and acceptance of material shall be performed by ARSC Receiving at destination. Items delivered under this contract shall be new material. Reconditioned/Used Material is not acceptable. All Inspection and acceptance to ensure items are in accordance with manufacturer specifications. These parts are for use on the HU-25 Falcon aircraft. All responsible sources may submit an offer which will be considered. Offerors shall be able to provide necessary certification to ensure parts are in airworthy condition, suitable for installation on U.S. Coast Guard aircraft. Sources shall be the OEM or a responsible source who can provide tracebility to the OEM for parts furnished...Anticipated award date is no later than 30 May 02. The following FAR provisions and clauses apply to this request for proposal and are incorporated by reference. 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), The following factors shall be used to evaluate offerors? capabilities of item offered to meet Government?s requirement, low price technically acceptable, and past performance. FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (Apr 2002) and Alt I (Feb 2002), these certifications must be included with quotation, copies may be obtained by contacting the agency; FAR 52.212-4, Contract Terms and Conditions, Commercial Items (Feb 2002); ADDENDUM FAR 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data) Alternate IV(Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. FAR 52.246-2, Inspection of Supplies ? Fixed Price (Aug 1996); FAR 52.246-15, Certificate of Conformance (Apr 1984); FAR 52.247-48 F.O.B. Destination (Feb 1999) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), full text may be accessed electronically at this internet address: http://www.deskbook.osd.mil. End of Clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Dec 2001); FAR 52.203-6, Restrictions on Subcontractor sales to the Government, with Alternate I (41 U.S.C. 253(g) and 10 U.S.C. 2402); FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (E.O. 11246) ; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (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 Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212) FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). FAR 52.225-13, Restriction on Certain Foreign Purchases, (E>O. 12722, 13059, 13067, 13121, and 13129), FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration End of Clause Minority, Women-owned, and Disadvantaged 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.***** FAR 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990); Closing date and time for receipt of offers is 15 Apr 02, 4:00 pm, Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via fax to 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price; FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date. Contact Linda D. Clark for questions regarding this solicitation at 252-334-5212*****
 
Record
SN00052012-W 20020404/020402213134 (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.