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
MODIFICATION

15 -- H60J Spare Parts

Notice Date
8/21/2002
 
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-S00062
 
Response Due
9/4/2002
 
Point of Contact
Steven Metcalfe, H60J Supply Technician, Phone 252-335-6566, Fax 252-335-6790,
 
E-Mail Address
SMetcalfe@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-S00062 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-08. The Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to issue a delivery order against an existing Basic Ordering Agreement (BOA) for the procurement of the following items: Item 1: Fitting, Qty 5 each, P/N 70209-82448-107, NSN 1560-01-HS1-5323; Item 2: Forward Skin, Qty 5 each, P/N 70209-82542-101, NSN 1560-01-HS1-5299; Forward Skin, Qty 5 each, P/N 70209-82542-111, NSN 1560-01-HS1-5300; Weld Assy. R/H, Qty 4 each, P/N 70201-21001-044, NSN 1560-01-HS1-4053; Bolt, Close Tolerance, Qty 5 each, P/N 70400-25125-101, NSN 5306-01-HS1-0397; Weld Assy., Qty 2 each, P/N 70209-82547-049, NSN 1560-01-HS1-0397; Harness Assy., Stab L/H, Qty 3 each, P/N 70602-86101-041, NSN 1560-01-HS1-4849; Support, Structural, Qty 10 each, P/N 70400-02128-042, NSN 1560-01-113-0230; Bushing, Qty 50 each, P/N 70108-28010-102, NSN 5365-01-HS1-4216; Cover, Junction Box, Qty 10 each, P/N 70550-22139-046, NSN 1560-01-HS1-0601; Skin, Qty 5 each, P/N 70203-27001-112, NSN 1560-01-HS1-0460; Retainer, Qty 20 each, P/N 70850-82015-129, NSN 1680-01-HR2-3857; Fitting, Qty 6 each, P/N 70209-26001-042, NSN 1560-01-HS1-2013; Stop Block, Qty 25 each, P/N 70209-82480-124, NSN 1680-01-HR2-3856; Block, Qty 15 each, P/N 70209-82451-114, NSN 1560-01-HS1-1251; Channel, Qty 5 each, P/N 70201-22215-112, NSN 1560-01-HS1-1833; Bushing, Qty 25 each, P/N 70209-82472-105, NSN 5365-01-HS1-0090; Fitting, Structural, Qty 5 each, P/N 70206-21202-045, NSN 1560-01-440-6939; Angle, Qty 5 each, P/N 70212-02123-101, NSN 1560-01-HS1-4469; Intercoastal, Qty 5 each, P/N 70202-22213-113, NSN 1560-01-HS1-5283. This requirement is used in support of the US Coast Guard HH60J Helicopter. All Items are to be delivered to US Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909-5001. The Coast Guard does not own, nor can it provide drawings or specifications for these items. There is no formal solicitation document. The closing date and time for receipt of offers is 4 September 2002, 4:15 PM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (252) 335-6790 or E-mailed to smetcalfe@arsc.uscg.mil. Contact Steve Metcalfe at (252) 335-6143 for questions regarding this solicitation. The Coast Guard intends to negotiate with the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corp, as the only known NAVICP-PICA certified source of supply. Offerors, other than the OEM, must possess NAVICP-PICA certification as a certified source of supply and must provide proof of such prior to contract award. Information regarding NAVICP-PICA certification may be obtained from NAVICP (CODE 073), 7300 Robbins Blvd., Philadelphia, PA, (215) 697-1236. FAR Provision 52.212-2 does not apply in that the award will be made to the offeror who submits the lowest price. Offers may be submitted on company letterhead stationery indicating nomenclature, part number, unit price, and extended price for the items offered; plus the FOB point, any discounts for prompt payment and business size standards and any minority classifications. A Company representative authorized to commit the company must sign this offer. Attention: Minority, Women-owned, and Disadvantage 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. 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 2002) to include Alt I (Apr 2002). These certifications must be included with quote. FAR 52.212-4 Contract Terms and Conditions -Commercial Items (Feb 2002) with the following addenda: 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 (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 52.225-3 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 Restrictions 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
 
Place of Performance
Address: Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC
Zip Code: 27909-5001
Country: USA
 
Record
SN00146640-W 20020823/020821213410 (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.