Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
SOLICITATION NOTICE

16 -- Landing Gear

Notice Date
8/28/2002
 
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-200050
 
Response Due
9/12/2002
 
Point of Contact
Cindy Boone, HH65 Contract Specialist, Phone 252-335-6822, Fax 252-334-5240, - Linda Foster, HH65 Contract Specialist, Phone 252-335-6561, Fax 252-334-5240,
 
E-Mail Address
CBoone@arsc.uscg.mil, LFoster@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. Solicitation number DTCG38-02-Q-200050 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted solicitation. Award will be made to the offeror proposing the best value to the Government. The Government intends to award a firm fixed-price indefinite delivery indefinite quantity contract for a period of one base year and two one-year options (if exercised). The requirement consists of the following items utilized on the HH65 Coast Guard aircraft. Item (1) NSN 1620-01-HS1-5381, LG, FIXED, L/H, PN 18786-300B, (CAGE CODE F0189), estimated quantities: Base year 12 ea, First option year 10 ea, Second option year 10 ea; Item (2) NSN 1620-01-HS1-5382, LG, FIXED, R/H, PN 18785-300B, (CAGE CODE F0189), estimated quantities: Base year 12 ea, First option year 10 ea, Second option year 10 ea; Item (3) NSN 1620-01-HS1-5426, NOSE LANDING GEAR, PN 18740-100AMD10, (CAGE CODE F0189), estimated quantities: Base year 12 ea, First option year 5 ea, Second option year 5 ea. Drawings or specifications are not available, and cannot be furnished by the Government. Deliver to USCG Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, North Carolina, 27909-5001. Delivery is required to begin within 365 days from date of order. 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. Items shall be individually packaged and labeled. Packaging shall NOT consist of the following material: popcorn, shredded paper, Styrofoam of any type, or peanut-style packaging. Labeling shall include the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Purchase Order and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Bar coding is not required. The contractor shall furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. Certificate of Conformance must be submitted in the format specified in the clause. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000) with the following included by Addendum: 52.211-14 Notice of Priority Rating for National Defense Use (Sept 1990) DO rated; FAR 52.212-2 Evaluation?Commercial Items (Jan 1999) The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement, price, delivery schedule, and past performance; FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Jul 2002)-Offeror shall include a complete copy of this provision with their offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002) with the following included by Addendum: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), also the full text of a clause may be accessed electronically at this Internet address: www.deskbook.osd.mil, 52.211-14 Notice of Priority Rating for National Defense Use (Sept 1990). The Defense Priorities and Allocations System assigned rating is DO-A1. 52.211-17 Delivery of Excess Quantities (Sept 1989), 52.214-34 Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in U.S. Currency (Apr 1991); 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) within 30 calendar days of contract expiration (c) Three years. SUBCONTRACTING PLAN. In accordance with FAR 19.702(a)(1), the offeror shall submit a subcontracting plan along with any proposal which exceeds $500,000 and which has subcontracting possibilities. If the proposal exceeds $500,000 and the offeror believes there are no subcontracting possibilities for the proposed supplies, the offeror should include with the proposal a letter so stating, along with supporting rationale. The plan shall comply with the requirements of FAR clause 52.219-9, Small Business Subcontracting Plan. In accordance with paragraph (c) of the clause, upon acceptance by the Contracting Officer, the plan will be incorporated into the resultant contract. 52.219-8 Utilization of Small Business Concerns (Oct 2000), 52.219-9 Small Business Subcontracting Plan, Alternate II (Jan 2002), 52.219-16 Liquidated Damages ? Subcontracting Plan (Jan 1999), 52.247-34 F.O.B. Destination (Nov 1991); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002) (b) (1), (5), (11)-(16), (21) and (24). Transportation Acquisition Regulation (48 CFR Chapter 12) clause 1252.219-70 Small Business and Small Disadvantaged Business Subcontracting Reporting (Jun 1997). Point of contact is Cynthia Boone at (252)335-6822, fax (252)334-5240. Closing date/time for submission of quotations is 12 Sep 2002 at 3:00 P.M. local time. Submit to USCG Aircraft Repair and Supply Center, H65 Product Line, Building 75, Elizabeth City, NC 27909-5001, Attn: Cynthia Boone. All responsible sources may submit an offer, which will be considered. Offers may be submitted on company letterhead stationery indicating the National Stock Number, Nomenclature, Part Number and Unit Price. 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.
 
Record
SN00152262-W 20020830/020828213833 (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.