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

17 -- electrically powered, dual system hydraulic power units, commonly referred to as hydraulic ?jenny?s?

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-S90003
 
Response Due
9/20/2002
 
Point of Contact
Gus Holzmiller, Support Contracting Officer, Phone 252-335-6436, Fax 252-335-6840, - Gus Holzmiller, Support Contracting Officer, Phone 252-335-6436, Fax 252-335-6840,
 
E-Mail Address
gholzmiller@arsc.uscg.mil, gholzmiller@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR PART 12, as supplemented with additional information included in this notice. The Request for Quote number is DTCG38-02-Q-S90003 and will be available on ARSC website http://www.uscg.mil/hq/arsc/index.htm. This action will be processed using simplified acquisition procedures. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-07. . The applicable North American Industry Classification Standard (NAICS) Code is 333996. The small business size standard is 500 employees. The requirement consists of the following items to be utilized on the Coast Guard HH65 as ground support. Statement of Need: The Coast Guard proposes to buy an estimated quantity of fifty (50), electrically powered, dual system hydraulic power units, commonly referred to as hydraulic ?jenny?s? over a five (5) year period under the provisions of a requirements contract as defined in FAR Subpart 16.503 and 16.506 with a minimum requirement of twenty (20) for a maximum requirement of fifty (50). Also as defined in FAR Subpart 52.216-18, 52.216-19 and 52.216-21. These hydraulic power units shall be new and fully supportable through commercial off-the-shelf (COTS) parts sources. These items will be used in flight line, hanger, flight deck, and remote environments, primarily servicing the Coast Guard?s HH65 Dolphin helicopter. Due to the mobility and field repair requirements, these units shall be portable and self-contained, capable of performing in remote/austere locations. Minimum Specifications: Can be viewed at http://www.uscg.mil/hq/arsc/index.htm. Acceptance Requirements: First article inspection shall be performed on one (1) each pre-production sample according to FAR SUBPART 9.3 and FAR 52.209-4. (a) The Contractor shall deliver 1 (one) unit within 180 calendar days from the date of this contract to the Government at Aircraft Repair and Supply Center Elizabeth City NC 27909 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are as follows: The contractor shall develop a first article sample in accordance with the minimum specifications listed below in this solicitation. The first article test will be performed at the Aircraft Repair and Supply Center on a production aircraft set aside for the first article test. The tests will be conducted to ensure the hydraulic Jennies will perform all the system tests in accordance with the ACMS Maintenance Procedure cards. (b) Within 15 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. Approval of the first article sample by the Government shall not relieve the contractor of the obligation to supply hydraulic power units that are fully representative of those inspected as a first article sample. Any changes or deviation of the production units from the first article sample shall be subject to the approval of the contracting officer. Delivery to USCG Aircraft Repair & Supply Center, Elizabeth City, North Carolina 27909 shall be f.o.b. destination only. First article testing will be 30 days after delivery of the initial first article sample. Early deliveries will be accepted. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. However, packaging material shall NOT consist of popcorn, shredded paper, Styrofoam of any type, or peanut style packaging. Items shall be individually packaged and labeled according to best commercial practices. Labeling shall include the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Contract and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Bar coding is not required. Contract award will be made considering technical capability to meet Government requirements, price, delivery, and past performance. Discrepancies in wording or failure to submit the certificate will result in delay of acceptance of material and payment of invoice. The full text of provisions/clauses may be accessed electronically via Internet at http://www.deskbook.osd.mil. The Defense Priorities and Allocations System assigned rating is DO-A1. Point of contact is David Padgett at (252)335-6514, fax (252)335-6840. Closing date/time for submission of quotations is 09 September 2002 at 3:00 p.m. local time. Submit to Aircraft Repair and Supply Center, Chief of Contracting Office Building 63, Elizabeth City, NC 27909-5001, Attn: David Padgett. The following FAR provisions, clauses and addenda apply: 52.212-1, Instructions to Offerors-Commercial (Oct 2000), FAR provision, 52212-2 does not apply in that award will be made to the offeror who submits the lowest price. Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2002) with their quote. The following additional clauses apply 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2002), 52.222-26, Equal Opportunity (Apr 2002), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.225-3, Buy American Act-North American Free Trade Agreement- Israeli Trade Act (May 2002), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). Attention: Minority, Women-Owned and Disadvantaged Business Enterprises (DBES)! The Department of Transportation (DOT), Short-term Lending Program (STLP) offers working capital financing in the forms of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-02-Q-S90003/listing.html)
 
Place of Performance
Address: US Coast Guard Aircraft Repair And Supply Center Elizabeth City NC
Zip Code: 27909-5001
 
Record
SN00147417-F 20020823/020821223054 (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.