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 -- Repair Aircraft Landing Lighting

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-S00073
 
Response Due
9/14/2002
 
Point of Contact
Sherri Roche, H60J Contract Specialist, Phone 252-335-6791, Fax 252-335-6790, - Gene Selby, H60J Purchasing Agent, Phone 252-334-5231, Fax 252-335-6790,
 
E-Mail Address
SRoche@arsc.uscg.mil, GSelby@arsc.uscg.mil
 
Description
The Coast Guard intends to negotiate with the Original Equipment Manufacturer (OEM), Grimes Aerospace, as the only know NAVICP-PICA certified source of supply for the following item(s). Repair Landing Light, Aircraft part #45-0241-7 , QTY 16 each, NSN 6220-01-434-0753 Items are to be delivered to USCG, ARSC Receiving Section, Bldg 63, Elizabeth City, North Carolina, 27909-5001. Final acceptance shall be at destination. The Coast Guard does not own, nor can it provide drawings or specifications for this item. There is no formal solicitation document. Closing date and time for receipt of offers is Sep 14, 2002, 9:00a.m. Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via Fax Number: (252) 335-6790. Offerors, other than the OEM, must posses 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 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 classification. A Company representative authorized to commit the company must sign this offer. 52.212-3 Offeror Representation and Certification is available upon request and must be provided with vendor?s proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. 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 (Apr 2001) Alternate I (Oct 2000) Alternate III (Oct 2000). Offerors shall include a copy of this provision with their offer. 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 (Dec 2001) (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: [Contracting Officer must check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUB Zone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. ___ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii)___ Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _x_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _x_ (12) 52.222-26, Equal Opportunity (E.O. 11246). _x_ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). _x_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). _x_ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). ___ (16) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). ___ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ___ (18) 52.225-1, Buy American Act--Balance of Payments Program--Supplies (41 U.S.C. 10a - 10d). _x_ (19)(i) 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). ___ (ii) Alternate I of 52.225-3. _x_ (iii) Alternate II of 52.225-3. ___ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). ___ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). ___ (24) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). _x_ (25) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (31 U.S.C. 3332). ___ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). ___ (ii) Alternate I of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components-- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (End of clause) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: See Numbered Note 22 and 26. 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.
 
Place of Performance
Address: USCG, ARSC Receiving Section, Bldg 63, Elizabeth City, North Carolina, 27909-5001.
Zip Code: 27909
Country: USA
 
Record
SN00152265-W 20020830/020828213835 (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.