Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2002 FBO #0129
SOLICITATION NOTICE

16 -- Aircraft Components and Accessories

Notice Date
1/16/2002
 
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-100025
 
Response Due
2/19/2002
 
Point of Contact
Donna Walton, HU25 Supply Technician, Phone 252-334-5203, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
DWalton@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
Description
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 Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-01. The Standard Industrial Classification Code is 336413. The small business size standard is 1000 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 supply contract. The USCG intends to award to the Original Equipment Manufacturer (OEM) or a reseller/distributor capable of providing OEM manufactured parts with traceability back to the OEM. 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. The OEM?s are as follows; Clins 1-6, 8-10, 12, 14, 17, 20, 23, 24, 28, 30, 32, 35, 37, 41, Cage Code F6117, Dassault Aviation, 9 RP Champs Elysees Marcel Dassault, Paris, France F-75008, (0)153769300, Clins 7, 13, 21, Cage Code F0111, Bnae Bureau De Normalisation De L?Aeronautique Et De L,Espace, Technopolis 54 199 R Jean-Jacques Rousseau, Issy Les Moulineaux, France F-92138 (0)147657000, Clin 11, Cage Code F0422, Intertechnique Circulation Du Carburant, ZI Des Gatines 61 R Pierre Curie BP 1, Plaisir, France F-78370 (0)130548200, Clin 15, Cage Code F5142, Dassault Equipements Div De Dassault Aviation, 9 RP Champs Elysees Marcle Dassaul, Paris France F-75008 (0)153769300, Clin 16, Cage Code F0188, Blanc Aero Industries, Tour Gamma A 193 R De Bercy, Paris Cedex 12, France F-75582, (0)144678585, Clin 18, Cage Code F0227, Tecalemit Equipements, R Valentin Prive, BP 110, Joigny, France F-89300, (0)386920170, Clin 19, Cage Code F3195, Precisavia Sarl, France, Clins 22, 26, 27, 33 Cage Code F6137, Messier Bugatti SA, ZA Louis Breguet BP 40, Velizy Villacoublay, France F-78140, (0)146298100, Clin 25, Cage Code 56852, Dassault Falcon Jet, Teterboro Airport, Teterboro, NJ 07608, (800) 800-4036, Clin 29, Cage Code F0582, Superflexit Sa, France, Clin 31, Cage Code F2276, Auxitrol Sa Division Equipements Aerospatiaux, 5 All Charles Pathe, Bourges Cedex 9, France F-18941, (0)248667878, Clin 34, Cage Code F0280, Teleflex Syneravia Sa, France, Clin 36 Cage Code F2538, Jehier, Rte De St Lezin, BP 29, Chemille, France F-49120, (0)241645400, Clins 38-40, Cage Code F9211, L?Hotellier 4 R Henri Poincare, Antony Cedex, France F-92167, (0)146660808. The award will be in accordance with FAR 6.302-1, only one responsible source and no other supplies will satisfy agency requirements. The Clins and quantities are as follows. Clin 1 NSN 5310-01-HS1-4671, P/N CSV2-51-35BCZ, Cone Tightenining, 4 ea; Clin 2 NSN 1680-14-297-1330, P/N MY20163-14810-3, Bushing, 4 ea; Clin 3 NSN 5315-14-370-1536, P/N MY20295-0703-1, Pin Shoulder Headle, 8 ea; Clin 4 NSN 5310-14-405-6680, P/N MY20550-017, Washer Recessed, 40 ea; Clin 5 NSN 5305-01-HS1-5062, P/N VCSBC050030L, Screw Conical, 25 ea; Clin 6 NSN 1560-01-HS1-5063, P/N CS1BC051L, Cone Tightening, 25 ea; Clin 7 NSN 5306-14-389-8785, P/N 22201TK060025XA, Bolt Close Toleranc, 100 ea; Clin 8 NSN 5365-14-503-5760, P/N CSF1BC060L, Cone Tightening, 10 ea; Clin 9 NSN 1560-25-131-6372, P/N CS1-6BCL, Bushing Tapered, 60 ea; Clin 10 NSN 6140-14-233-7234, P/N 15681, Link Battery Termin 40 ea; Clin 11 NSN 1560-14-372-8043, P/N K97-51-201, Adapter Pressure Fu,1 ea; Clin 12 NSN 5365-14-478-0988, P/N MY20137-5062-15, Shim LH, 3 ea; Clin 13 NSN 5310-14-316-1883, P/N 23111BC060LE, Washer Flat, 650 ea; Clin 14 NSN 5306-14-337-2453, P/N F10A793006, Pin, 4 ea; Clin 15 NSN 5306-14-372-7975, P/N 71S0802904, Bolt Clevis, 75 ea; Clin 16 NSN 5306-14-428-3872, P/N 22201TX050008XA, Bolt Close Tol, 80 ea; Clin 17 NSN 1680-14-391-4451, P/N MY20221-4371, Clamp, 3 ea; Clin 18 NSN 4730-14-216-0567, P/N 9200081, Lubricator Nozzle, 10 ea; Clin 19 NSN 5340-14-379-2144, P/N 15363-03, Clamp Loop, 40 ea; Clin 20 NSN 5340-01-HS1-2185, P/N 99161, Bellow, 5 ea; Clin 21 NSN 5365-14-389-8788, P/N 23119CH060, Spacer Sleeve, 65 ea; Clin 22 NSN 5310-14-375-4150 P/N C50792, Washer, 4 ea; Clin 23 NSN 5306-14-473-3244, P/N 39445BE100029M, Pin, 20 ea; Clin 24 NSN 3120-14-417-7607, P/N MY20137-1172215, Roller Linear-Rotor, 25 ea; Clin 25 NSN 1680-01-HS1-2596, P/N MY2037251G01, Link Rod Assy, 2 ea; Clin 26 NSN 6220-14-328-3858, P/N 35-43, Light Dome, 3 ea; Clin 27 NSN 1560-14-208-6732, P/N GA1-49442, Cap Filler Opening, 5 ea; Clin 28 NSN 5315-14-370-1533, P/N MY20321-1502, Pin Shouldered Head, 7 ea; Clin 29 NSN 4720-14-405-6145, P/N 70648-548, Hose Assembly Nonme, 4 ea; Clin 30 NSN 1680-14-418-5080, P/N MY20793-10930, Bellcrank Assy, 1 ea; Clin 31 NSN 6685-14-421-7903, P/N RP129-02, Transmitter Temp EL, 7 ea; Clin 32 NSN 3130-14-480-0745, P/N MY20793-10840, Bearing, 3 ea; Clin 33 NSN 5950-14-452-6694, P/N C49300, Reactor, 5 ea; Clin 34 NSN 6220-14-376-0309, P/N 4160818, Light Landing Aircr, 5 ea; Clin 35 NSN 1660-14-489-3992, P/N SBF900-0084, Kit Slat Modificati, 3 kt; Clin 36 NSN 1560-14-405-6131, P/N 1701, Isolatin Upper Surf, 7 ea; Clin 37 NSN 1560-14-450-9920, P/N MY20146-1013215, Brush Slat, 2 ea; Clin 38 NSN 1377-14-305-4180, P/N 12-12-11707-S1-4, Alternate P/N?s- 11707S1 and 811707S1-4, Cartridge Aircraft, 30 ea; Clin 39 NSN 1377-14-305-4181, P/N 12-12-11707-S2-4, Alternate P/N-11707S2 Cartridge Aircraft, 16 ea; Clin 40 NSN 1377-14-305-4182, P/N 12-12-11707-S3-4, Alternate P/N?s 11707S3 and 811707S3-4, Cartridge Aircraft, 22 ea; Clin 41 NSN 4710-14-451-5491, P/N MY2072701G02, Tube Assy Metal, 15 ea. The following Clins are determined to be flight critical 7, 15, 23, 30, 32, 38, 39, 40, 41. 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 M/F: Field Stock (00001). F.O.B. Destination shall apply to all Clins with inspection being the Certificate of Conformance and acceptance ARSC Receiving/Quality Assurance at destination. Packaging and marking: Shall be in accordance with ASTM D 3951-98 approved November 10, 1998. Note each part must be individually packed in a separate box with the exception of Clins 1-7, 10, 12-24, which may be bulk packaged, Clins 38-40 are Hazardous Material and the MSDS is required with shipment. Packaging shall be suitable for shipment via land, air or sea; Each package shall be individually labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, Line Item Number; Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of one year; 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. Desired delivery is 90 days after receipt of contract. Required delivery is 360 days after receipt of contract. Items delivered under this contract shall be new material. Reconditioned/Used material is not acceptable. Anticipated award date is March 19, 2002. All responsible sources may submit a proposal, which shall be considered by the Agency. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. 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 who submits the lowest price technically acceptable offer. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (May 2001), Alt I (Oct 2000), Alt III (Oct 2000) These certifications must be included with quotation, copies may be obtained by calling the Agency FAR 52.212-4 Contract Terms and Conditions Commercial Items (Dec 2001) ADDENDUM FAR 52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (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 52.223-3 Hazardous material and Material Safety Data (Jan 1997), Alt I (July 1995) FAR 52.246-15 Certificate of Conformance (Apr 1984) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address; www.deskbook.osd.mil 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. 253g 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 52.222-19 Child Labor?Cooperation with Authorities and Remedies (E.O. 13126) 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, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 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) 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 February 19, 4:00 p.m., Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via fax number 252-334-5427. Email offers will also be accepted providing required documentation is attached dwalton@arsc.uscg.mil. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price for base and each ordering period and extended price; FOB point (shall be destination); payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-02-Q-100025/listing.html)
 
Record
SN00055351-F 20020410/020408214338 (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.