Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2002 FBO #0255
MODIFICATION

16 -- 16 - Aircraft Components and Accessories

Notice Date
8/12/2002
 
Notice Type
Modification
 
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-100049
 
Response Due
8/23/2002
 
Point of Contact
Vergie Hall, HU25 Contract Specialist, Phone 252-335-6562, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
VHall@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
Description
1. 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 (DTCG38-02-Q-100049) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-08. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1,000 employees. 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 (Original Equipment Manufacturer) or a responsible contractor who can provide a COC (Certificate of Conformance) with traceability to the OEM for the purchase of the following 92 items. 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. (1) DELETED (2) 3 EA PRINTED CIRCUIT 9070-171-00-00 6685-14-405-6152 (3) 7 EA PIN, SHOULDERED HEAD MY20321-1502 5315-14-370-1533 (4) 4 EA SWITCH, SENSITIVE 51-500-2 5930-14-372-8064 (5) 10 EA CIRCUIT BREAKER 2103B10 5925-14-374-1434 (6) 2 EA *LINK ROD MY20272-64-5 1680-14-454-7358 (7) 5 EA RAIL MY20212-60882-2 1560-14-482-8526 (8) 5 EA FILTER PRESS 210BZEQ2 4130-14-335-5576 (9) 5 EA *BEARING, AILERON WAGN12ESP10 3110-25-132-6144 (10) 1 EA BELLCRANK ASSY, MLGL MY20793-20840 1560-25-122-7890 (11) 2 EA INSULATION THERMAL MY20706-10864 1560-14-478-0994 (12) 1 EA *COVER ACCESS 553-0480-161 1560-14-411-4184 (13) 1 EA *BELLCRANK ASSY MY20793-10930 1680-14-418-5080 (14) 4 EA RELAY J2201-2-10MEB 5945-14-419-7604 (15) 1 EA GIMBLE ASSY MY20775-17 1680-01-HS1-4405 (16) 1 EA WINDOW MY20244-3001-1 9340-01-HS1-4404 (17) 10 EA SEAL NONMETALLIC SP MY20296-12 5330-14-297-1338 (18) 5 EA SEAL NONMETALLIC SP MY20208-40820 5330-14-297-1331 (19) 2 EA *FILTER HMA10320 1650-14-374-1426 (20) 1 EA RAIL GLASS PANEL MY20260-10-1 1560-01-HS1-2600 (21) 20 EA *DETECTOR FIRE B332M 6350-14-336-1349 (22) 5 EA FILTER, FLUID 018500AA000NF0A 2945-14-304-4016 (23) 5 EA *VALVE 11-09-20959-1 4820-14-373-3039 (24) 8 EA *CONNECTOR, MULTIPLE MY2051510582G02 4730-14-383-1868 (25) 10 EA *PIN, SHOULDER HEADLE MY20295-0158-2 5315-14-406-4367 (26) 10 EA LIGHT LANDING A/C 4160818 6220-14-376-0309 (27) 4 EA FUEL SOV ROD ASSY MY2024707610G01 1560-14-451-2632 (28) 3 EA BEARING-3, ASSY MY2032111G01 3110-01-HS11341 (29) 3 EA LENS, LIGHT, L/H MY20281-1025-5 6210-14-370-1586 (30) 3 EA LENS, LIGHT, R/H MY20295-1125-5 6210-14-370-1587 (31) 2 EA CVR MT ROD U/R 553-0321-298 1560-14-411-4151 (32) 25 EA CONNECTOR PLUG ELEC SN236 5935-14-400-8497 (33) 15 EA *FL TK PRES CK VALVE L84A19-601 4820-14-372-8054 (34) 12 EA FILTER ELEMENT, FLUI CG0380103391B00 1650-01-HS1-2951 (35) 5 EA *PANEL WING MY20124-002 1560-14-489-3989 (36) 3 EA VALVE HEATING NON R 22625AAE01 4820-14-371-5947 (37) 2 EA F ENG MOUNT L/H MY202471001G03 5340-01-HS1-5261 (38) 2 EA F ENG MOUNT R/H MY202491001G03 5340-01-HS1-5260 (39) 2 EA *TUBE ASSY, METAL MY207622G06 4710-14-473-4364 (40) 4 EA INSULATION BLANKET 1702A 1560-14-419-0866 (41) 4 EA BRUSH MY20102-4283015 1560-14-370-1344 (42) 3 EA TOT PRES TUBE #2 MY20781113G01 4710-14-383-1920 (43) 7 EA PIN ASSY FGFB331075A1 1560-14-514-7351 (44) 3 EA INSULATION BLANKET 1692 1560-14-410-0108 (45) 1 EA *LINK ROD ASSY MY20171-62-15 3040-14-473-3241 (46) 1 EA VALVE, HYD PRES REDI 2407ZREQ8 1660-14-371-5956 (47) 2 EA *PANEL WING MY20114-0902 1560-14-489-3988 INCREASE QUANTITY ON ITEM 48 FROM 1 EA TO 4 EA (48) 4 EA *NOZZLE T/CONE/R MY2051621530G04 1560-14-411-4100 (49) 7 EA BLISTER 53940000106839A 6240-14-306-4539 (50) 650 EA NUT, SELF LOCKING 5RH8035M 5310-14-325-0111 (51) 7 EA BRUSH MY20146-1013315 1560-14-411-4315 (52) 5 EA SHIM R/H MY20147-5063-15 5365-14-452-4047 (53) 500 EA NUT, SELF LOCKING HE CR4158 5310-14-302-4974 (54) 12 EA CONE, TIGHTENING CSF11BC050L 1560-01-HS1-5244 (55) 400 EA WASHER, FLAT 23116BC050LE 5310-14-316-1894 (56) 20 EA WASHER, FLAT 23134BC080LE 5310-14-316-1904 (57) 6 EA RETAINER MY20221-4374 1680-14-392-5936 (58) 2 EA *BOLT MY20112-1101 5306-01-HS1-5259 (59) 25 EA SCREW MY20001-142-3M1 5306-14-451-2599 (60) 45 EA *WASHER 23111BC120LE 5310-14-316-1887 (61) 10 EA BOLT 22258BE062009M 5306-01-HS1-4305 (62) 10 EA NUT 6TA10CC 5310-14-307-6854 (63) 70 EA *SCREW MY20341-002 5305-14-370-1619 (64) 140 EA SPACER RING MY20726002G01 5365-14-411-4102 (65) 55 EA RETAINER, PLATE LOCK MY20137-3072-15 1560-14-411-4040 (66) 13 EA SPRING MY2013685109G01 5360-14-451-2615 (67) 10 EA CIRCUIT BREAKER 21703U 5925-14-246-8516 (68) 50 EA ROLLER 262-100-01 3120-14-351-0991 (69) 1 EA SHIM MY20212-10814 5365-25-134-2756 (70) 40 EA SCREW 38460BE052006ME 5306-14-346-2819 (71) 3 EA CLAMP, RESPONDER 10-10107 5340-01-051-6775 (72) 2000 EA WASHER, FLAT 23111BC050LE 5310-14-316-1882 (73) 45 EA PIN 33411BE060013LE 5306-14-411-4070 (74) 4000 EA CUP WASHER MY20201-1001 5310-14-389-8780 (75) 250 EA *SCREW, CLOSE TOLERANCE 22168BE050017M 5305-14-369-3488 (76) 25 EA AXE, FILETE,A TETE 39441BC080020M 5306-14-411-4072 (77) 40 EA SCREW, CLOSE TOLERANCE VCS2BC060046L 5305-14-376-0162 (78) 100 EA *SCREW, CLOSE TOLERANCE MY20165-006-1 5305-14-370-1583 (79) 100 EA *BOLT, CLOSE TOLERANCE 22168BE060022M 5305-14-412-2390 (80) 100 EA SCREW 34872TX050011XA 5305-01-HS1-5334 (81) 100 EA SCREW 34872TX050008XA 5305-01-HS1-5336 (82) 100 EA SCREW 34872TX050015XA 5305-01-HS1-5337 (83) 100 EA SCREW 34872TX050009XA 5305-01-HS1-5332 (84) 100 EA SCREW 34872TX050010XA 5305-01-HS1-5333 (85) 100 EA SCREW 34872TX050013XA 5305-01-HS1-5335 (86) 40 EA FILTER ELEMENT AIR CG0080503448N00 4130-14-379-0883 (87) 60 EA CLAMP, HOSE FLEXMH047067 4730-14-318-9377 (88) 20 EA BEARING, ROLLER AIRF WK8FESP1 3110-14-489-6970 (89) 45 EA BUSHING, TAPERED CS1-7BCL 1560-25-131-6372 (90) 3 EA ROLLER, LINEAR ROTOR MY20295-04893-1 3120-14-452-4050 (91) 6 EA BRUSH, SEALING MY20147-3055-15 1560-14-411-4311 (92) 200 EA SCREW, CLOSE TOLERANCE 22258BE050009ME 5305-14-350-0548 *THESE ARE FLIGHT CRITICAL PARTS The OEM for Items 3, 6, 7, 10, 12, 13, 15, 17, 18, 20, 24, 25, 27, 28, 29, 30, 31, 35, 37, 38, 39, 41, 42, 43, 45, 47, 48, 51, 52, 54, 57, 58, 59, 63, 64, 65, 66, 69, 70, 73, 74, 76, 77, 78, 80, 81, 82, 83, 84, 85, 89, 90, and 91 is (F6117) Dassault Aviation, 9 RP Champs Eylesees Marcel Dassault, Paris F-75008, France, Phone (0)153769300. The OEM for Items 22, 49, and 86 is (F0559) Sofrance SA Responsible Bureau E?Etudes, ZI Des Gannes, BP 3, Nexon France F-87800, Phone (0)555585069. The OEM for Item 32 is (F5200) Connexion STE Nouvelle DE, SNC Sarl, Boulogne Billancourt France. The OEM for Items 55, 56, 61, 72, 75, 79, and 92 is (F0111) BNAE Bureau De Normalisation, De L?Aeronautique Et De L?Esp Technopolis 54 199 R Jean-Jacques Rousseau, Isy Les Moulineaux F-92138, France, Phone (0)147657000. The OEM for Item 68 is (F0465) SICMA Aero Seat, 7 R Lucien Coupet, Issoudun F-36100 France, Phone (0)254033939. The OEM for Items 8, 36, and 46 is (F1958) Liebherr Aerospace Toulouse SA, 408 Av Des Etats Unis, BP 2010, Toulouse F-31200, France, Phone (0)561352828. The OEM for Items 40 and 44 is (F2538) Jehier, Tre De St Ezin BP 29, Chemille F-49120 France, Phone (0)241645400. The OEM for Item 9 is (F0234) ADR Applications Du Roulement SA, Che Des Pres BP 3, Thomery F-77810 France, Phone (0)164705950. The OEM for Items 5 and 67 is (F0214) ECE L?Equipement Et La Construction Electrique SA, 129 BD Davout BP 113 Paris F-75020 France, Phone (0)156061000. The OEM for Item 33 is (F0422) Intertechnique Circulation Du Carburant, ZI Des Gatines 61 R Pierre Curie BP1, Plasir France F-78370, Phone (0)1305548200. The OEM for Item 60 is (F0188) Blanc Aero Industries, Tour Gamma A 193 R De Bercy Paris Cedex 12, France F-75582, Phone (0)144678585. The OEM for Item 26 is (F0280) Teleflex Syneravia SA, France. The OEM for Item 4 is (F2805) Industria SA, 28 AV Clara, P.O. BP 104, Plessis Trevise France, Phone (0)145765378. The OEM for Item 11 is (F6184) Bronzavia Air Equipment, Div Equipments Emarques, Asniers France. The OEM for Item 19 is (F6846) SIF STE Industrielle DE, Filtration SA, 6 R Du Bois, Marseille En Beauvasis, France. The OEM for Item 23 is (F0230) ABG Semca SA, Cedex 15, Paris France. The OEM for Items 16 and 34 is (56852) Dassault Falcon Jet, Teterboro Airport, Teterboro, NJ 07608, Phone 201-393-8305. The OEM for Items 50, 53, and 62 is (F0224) Simmons SA Fairchild Fasteners, ST Cosme 9 R Des Des Cressonnieres, ST Cosme En Vairais, France F-72580, Phone (0)243314100. The OEM for Item 88 is (F0222) SARMA, 1 AV Marc Seguin BP 29, ST Vallier Sur Rhone France, F-26240, Phone (0)475034040. The OEM for Item 87 is (F2560) Serflex SA, 93R Alexandre Fourny, P.O. BP 170, Champigny Sur Marne Cedex, France, Phone (0)145166060. The OEM for Item 2 is (F0213) MORS, Paris France. The OEM for Item 14 is (F1983) CED Connecterus Electriques Deutsch, Groupe Compagnie Deutsch, AI NX2 17R Lavoisier, PO BP 117, Evreux France, Phone (0)232235700. The OEM for Items 21 and 71 is (F0180) L Hotellier ETS Louissa, Bois Colombes, France. 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. Desired Delivery is 45 days after receipt of contract and Required Delivery is 365 days after receipt of contract. Items delivered under this contract shall be new material. Reconditioned/Used Material is not acceptable. F.O.B.Point shall be F.O.B destination. Each piece of equipment shall be packaged in accordance with ASTMD 3951-98 dated 10 Nov 98 to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Material shall be marked in accordance with ASTMD 3951-98 dated 10 Nov 98. Items 1 through 48 must be individually packed in a separate box; suitable for shipment via land, air, or sea. Bulk packaging of Item 49 through 92 is acceptable as long as the packaging is sufficient to prevent damage during shipment, handling, and storage. Each package shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Preservation protection must be sufficient to prevent 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. 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 situations require highly visible lettering on the outside of the container. Items 6, 9, 12, 13, 19, 21, 23, 24, 25, 33, 35, 39, 45, 47, 48, 58, 60, 63, 75, 78, and 79 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. For the remaining items, Inspection shall be performed by Certificate of Conformance (COC) and acceptance of material shall be performed by ARSC Receiving at destination. These parts are for use on the HU25 Falcon aircraft. All responsible sources may submit an offer that will be considered. Offerors shall be able to provide necessary certification including traceability to the OEM to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. Anticipated award date is no later than 30 Sep 02. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: 52.212-1 Instructions to Offerors ? Commercial Items (Oct 2000); 52.212-2 Evaluation ? Commercial Items (Jan 1999), award will be made utilizing the following factors, in descending order of importance, capability of the item to meet the Government?s requirement, price and past performance. 52.212-3 Offeror Representations and Certifications - Commercial Items (Jul 2002) Alternate I (Apr 2002) Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2002) ADDENDUM 52.215.20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) 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. 52.246-2 Inspection of Supplies ? Fixed Price (Aug 1996); 52.246-15 Certificate of Conformance (Apr 1984), and the Coast Guard?s required Airworthiness Certification Requirements. 52.247-48 F.O.B. Destination ? Evidence of Shipment (Feb 1999) 52.252-2 Clauses Incorporated by Reference (Feb 1998). The full text of the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil. End of Clause 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders ? Commercial Items (May 2002) 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)). 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (E.O. 13126) 52.225-13 Restrictions on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129). 52.232.33 Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999) (31 U.S.C. 3332) End of Clause 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 1-800-532-1169, Internet address: http//osdbuweb.dot.gov.***** 52.211-15 Defense Priority and Allocation Requirements (Sep 1990) Closing date and time for receipt of offers is August 16, 2002, 4:00 p.m., Eastern Daylight Savings Time. Facsimile offers are acceptable and may be forwarded to 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I.
 
Record
SN00138417-W 20020814/020812213253 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.