Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2002 FBO #0264
SOLICITATION NOTICE

R -- Wiring Testing and Analysis for the USCG HU25 Aircraft

Notice Date
8/21/2002
 
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-100051
 
Response Due
8/30/2002
 
Point of Contact
Denise Hall, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
DHall@arsc.uscg.mil, LHudson@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-100051 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. 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 Lectromechanical Design Co. to perform CLIN 1: Wiring Test/Analyses on an HU25 Falcon Aircraft in accordance with the written Statement of Work. CLIN 2: Travel/Airfare, Rental Car, Per Diem associated with Clin 1. These costs shall be reimbursed on actual costs in accordance with FAR 31.205-46. CLIN 3: Reports, to be provided on CD in Microsoft Word format, Quantity 2 each. Testing is to be completed within 4 weeks of samplings and results reported within 8 weeks of sampling. The Place of Performance is the USCG Aircraft Repair and Supply Center, Elizabeth City NC 27909. A copy of the Statement of Work can be obtained by Email request to dhall@arsc.uscg.mil or by Facsimile request to (252)334-5427. The North American Industry Classification System (NAICS) code is 541330 and the small business size standard is $4 million annual revenue. This is an unrestricted procurement. The Coast Guard does not own nor can it obtain specifications, drawings, plans or other technical data for this service. Requests for specifications, drawings will be disregarded. Anticipated award date is 30 August 2002. This date is approximate and not extact. Required delivery of reports is 8 weeks after receipt of an order. 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 (July 2002) to include Alt I (Apr 2002), Alt II (Oct 2000) These certifications must be included with quote., FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (Feb 2002) with the following addendas: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated., FAR 52.215-6 Place of Performance (Oct 1997) Place of Performance is USCG Aircraft Repair and Supply Center, Elizabeth City, NC 27909; FAR 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) Alt IV (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information in the prices at which same or similar services have been performed in the commercial marketplace that is adequate for evaluating the reasonableness of the price for this acquisition; 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 (Dec 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 52.225-13 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); A Data Universal Numbering System (DUNS) Number is the primary identifier in Central Contractor Registration (CCR). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer ? CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil All reasonable and allowable travel, car rental, lodging/meals/incidental expenses incurred by the contractor shall be reimbursed on actual costs in accordance with FAR 31.205-46. These costs shall be considered reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations. Airfare costs in excess of the lowest customary standard, coach, or equivalent airfare offered during normal business hours are unallowable except w hen such accommodations require circuitous routing, travel during unreasonable hours, excessively prolonged travel, result in increased costs that would offset transportation savings, are not reasonably adequate for the physical or medical needs of the traveler or meet mission requirements. Documentation to support actual costs incurred shall be in accordance with the contractor's established practices subject to inclusion of (1) date and place of the expense, (2) purpose of the trip, and (3) name of traveler(s) and title and provided that a receipt is required for each expenditure of $75.00 or more. Authorized Per Diem for the Elizabeth City NC area is $55 Lodging and $30 Meals and Incidentals. 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: Unit Prices, Estimated Delivery, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (July 2002) of which copies can be obtained by calling the Agency. The closing date and time for receipt of offers is 30 Aug 2002 10:00am 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.
 
Place of Performance
Address: USCG Aircraft Repair and Supply Center, Elizabeth City, NC
Zip Code: 27909
Country: United States
 
Record
SN00146634-W 20020823/020821213405 (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.