Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2003 FBO #0461
MODIFICATION

16 -- Aircraft Components and Accessories

Notice Date
3/6/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Direct Reports, 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
DTCG38-03-Q-100023
 
Response Due
3/21/2003
 
Archive Date
4/5/2003
 
Point of Contact
Tonya Bush, HU25 Contract Specialist, Phone 252-335-6195, Fax 252-334-5427,
 
E-Mail Address
TBush@arsc.uscg.mil
 
Description
17. (Modification of closing date). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This Request for Quotation (DTCG38-03-Q-100023) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-12. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract. The award will be in accordance with FAR 6.302-1. The USCG intends to negotiate and award to an authorized OEM (Original Equipment Manufacturer) or a responsible contractor who can provide a COC (Certificate of Conformance) with traceability to the OEM for the purchase of the following 75 items. Traceability means that the awardee must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. (1) 2 EA *INLET MY2051621510G06 2925-14-450-9926 (2) 10 EA SEAL, NON-METALLIC M20H5530426-513 5330-01-HS1-5546 (3) 4 EA INSULATION BLANKET 1706A 1560-14-410-0113 (4) 4 EA FITTING ASSY, NLG R MY20212-20810 5315-01-HS1-5851 (5) 4 EA FITTING, NLG LH MY20212-10811 5315-01-HS1-5850 (6) 3 EA STRAP E4M773-10900 1560-01-HS1-5886 (7) 10EA LIGHT,LANDING,AIRCR 4160818 6220-14-376-0309 (8) 3 EA PIPE CG2070699011 4710-14-449-3965 (9) 2 EA *SUPPORT BRACE MY20221-43920 1680-14-450-9896 (10) 15 EA *FL TK PRES CK VALVE L84A19-601 4820-14-372-8054 (11) 2 EA HOSE MY20792-22 4720-01-HS1-5296 (12) 15 EA NUT, TAILCONE M20H5530485-515 5310-14-478-0997 (13) 20 EA *SEAL,NONMETALLIC SP M20H221043890B1 5330-14-297-1334 (14) 10 EA CONNECTOR,ROD END F50B295001014A1 5340-14-378-5166 (15) 20 EA *SEAL,NONMETALLIC SP MY20296-12 5330-14-297-1338 (16) 4 EA SEALING RING 1-1400AM00-15 5331-14-313-5503 (17) 1 EA BELLCRANK,DOOR,RH MY20231-26920M1 1560-01-HS1-5779 (18) 1 EA BELLCRANK,DOOR, LH MY20231-26910M1 1560-01-HS1-5780 (19) 3 EA SEAL MY2024750672G01 5330-01-HS1-4735 (20) 4 EA *HINGE ASSY, RH MY20166-10 5340-14-478-0970 (21) 100 EA CLAMP LOOP 51369205004 5340-01-HS1-4451 (22) 5 EA PAD,CUSHIONING MY20260-068 8320-14-370-1388 (23) 50 EA NONMETALLIC CHANNEL AERO434L1560 9390-01-HR1-7921 (24) 100 EA CLAMP,LOOP 51369205012 5340-01-HS1-4699 (25) 12 EA BOLT MY20001-141-3M1 5305-14-405-6663 (26) 13 EA BUSHING, SLEEVE BLA10SP1 3120-14-373-3187 (27) 2 EA PIN F10A793006 5306-14-337-2453 (28) 6 EA PLASTIC STRIP MY20381-522 9330-14-391-4457 (29) 3 EA PIN, THREADED 33411BE080028ME 5306-14-503-5754 (30) 15 EA PLUG, MACHINE THREADED MY20211-0935 5365-14-370-1467 (31) 46 EA COVER, ACCESS MY20231-4406 5340-14-297-1324 (32) 85 EA SCREW 22201BE052007M 5306-14-514-3946 (33) 75 EA SPACER, SLEEVE 23119CH060 5365-14-389-8788 (34) 5 EA HOSE, NONMETALLIC MY20721-316-11 4720-14-370-1698 (35) 100 EA WASHER, KEY MY20321-1603 5310-14-297-1314 (36) 4 EA WASHER C50792 5310-14-375-4150 (37) 5 EA TUBE M20H781507B1 4710-14-383-1921 (38) 4 EA PIN-THREADED, HEADED 39441BC100014M 5315-14-449-1141 (39) 6 EA RETAINER NUT MY20277-003 5310-14-297-1313 (40) 11 EA NUT 8TA10CC 5310-14-343-2127 (41) 20 EA LIGHT, INDICATOR 420-0-7 6210-14-218-8559 (42) 6 EA CIRCUIT BREAKER 21703U 5925-14-246-8516 (43) 120 EA WASHER, FLAT 23111BC080LE 5310-14-316-1885 (44) 25 EA LOCKING PLATE, NUT A MY20241-29873 5340-14-370-1557 (45) 40 EA LINK, BATTERY TERMIN 15681 6140-14-233-7234 (46) 25 EA SCREW L22177-40X29BCL 5305-14-475-1780 (47) 30 EA NUT 22453BC120LE 5310-14-317-9737 (48) 100 EA CLAMP, HOSE FLEXMH047067 4730-14-318-9377 (49) 100 EA WASHER, FLAT MY20270-001 5310-14-297-1309 (50) 110 EA NUT, PLAIN, HEXAGON 22431BC040LE 5310-14-317-9601 (51) 210 EA NUT, PLAIN, HEXAGON 22437BC080LE 5310-14-317-9724 (52) 250 EA SCREW 22140BC040008L 5305-14-257-0473 (53) 800 EA SCREW NAS517C3-3 5305-14-429-2270 (54) 4025 EA CUP WASHER MY20201-1001 5310-14-389-8780 (55) 1300 EA WASHER, FLAT 23111BC040LE 5310-14-316-1881 (56) 800 EA NUT, SELF-LOCKING 5RH8035M 5310-14-325-0111 (57) 200 EA SCREW 22201BE052009M 5306-14-514-7800 (58) 1600 EA WASHER, RECESSED 23112BC060LE 5310-14-316-1908 (59) 3 EA UNION 3762-16E 4730-01-HS1-4137 (60) 2 EA PIN-ASSY MY20118-11830-1 5315-14-457-7120 (61) 7 EA BOLT 22201TK052007XA 5306-14-460-1022 (62) 10 EA BOLT 22258BE062009M 5306-01-HS1-4305 (63) 5 EA BOLT 22201CC062005 5306-01-HS1-4306 (64) 4 EA SCREW 22258BE062014LE 5305-01-HS1-3958 (65) 15 EA SCREW 22201BE052010L 5306-14-427-5823 (66) 10 EA SCREW 22291BC025019L 5305-01-HS1-3930 (67) 11 EA SCREW, CONICAL VCS2BC050042L 5305-01-HS1-4670 (68) 800 EA SCREW 22201BE050009ME 5306-14-405-1560 (69) 225 EA *BOLT, CLOSE TOLERANC 22201BE060020ME 5306-14-336-2102 (70) 250 EA *BOLT, CLOSE TOLERANC 22138BE050016M 5306-14-369-3472 (71) 70 EA *SCREW MY2020015010G03 5305-14-473-3260 (72) 150 EA *SCREW, CLOSE TOLERAN 22168BE060021M 5305-14-326-8465 (73) 500 EA *SCREW, CLOSE TOLERAN 22168BE060019M 5305-14-417-6942 (74) 8 EA HANDLE 0130151008 5340-14-449-3998 (75) 12 EA NUT, SELF-LOCKING P CR4368 5310-14-473-3290 *THESE ARE FLIGHT CRITICAL PARTS The OEM for Items 1, 2, 4, 5, 6, 8, 9, 11, 12, 13, 14, 15, 17, 18, 19, 20, 22, 23, 25, 27, 28, 29, 30, 31, 34, 35, 37, 38, 39, 44, 46, 49, 53, 54, 57, 60, 65, 66, 67, and 71 is (F6117) Dassault Aviation, 9 RP Champs Eylesees Marcel Dassault, Paris F-75008, France, Phone (0)153769300. The OEM for Items 32, 33, 47, 50, 51, 52, 55, 58, 61, 62, 63, 64, 68, 70, 72, and 73 is (F0111) BNAE Bureau De Normalisation, De L?Aeronautique Et De L?Esp Technopolis 54 199 R Jean-Jacques Rousseau, Isy Les Moulineaux F-92138, France, Phone (0)147657000. The OEM for Item 74 is (F5142) Dassault Equipments Div De Dassault Aviation, 9 RP Champs Elysees Marcel Dassault, Paris F-75008, Phone (0)153769300. The OEM for Item 3 is (F2538) Jehier, Tre De St Ezin BP 29, Chemille F-49120 France, Phone (0)241645400. The OEM for Items 41 and 42 is (F0214) ECE L?Equipement Et La Construction Electrique SA, 129 BD Davout BP 113 Paris F-75020 France, Phone (0)156061000. The OEM for Item 10 is (F0422) Intertechnique Circulation Du Carburant, ZI Des Gatines 61 R Pierre Curie BP1, Plasir France F-78370, Phone (0)1305548200. The OEM for Items 43 and 69 is (F0188) Blanc Aero Industries, Tour Gamma A 193 R De Bercy Paris Cedex 12, France F-75582, Phone (0)144678585. The OEM for Item 7 is (F0280) Teleflex Syneravia SA, France. The OEM for Items 21 and 24 is (F3195) Precisavia Sarl, France. The OEM for Items 40, 56, and 75 is (F0224) Simmons SA Fairchild Fasteners, ST Cosme 9 R Des Des Cressonnieres, ST Cosme En Vairais, France F-72580, Phone (0)243314100. The OEM for Item 26 is (F0222) SARMA, 1 AV Marc Seguin BP 29, ST Vallier Sur Rhone France, F-26240, Phone (0)475034040. The OEM for Item 48 is (F2560) Serflex SA, 93R Alexandre Fourny, P.O. BP 170, Champigny Sur Marne Cedex, France, Phone (0)145166060. Pricing shall reflect any quantity discount. The OEM for Item 45 is (F6177) Saft, 12 R Sadi Carnot, Bagnolet, France, Phone (0) 149931918. The OEM for Item 16 is (F0216) Jaeger ETS, France. The OEM for Item 59 is (F0553) Intertechnique SA, BP 1, 78374 Plaisir Cedex France. The OEM for Item 36 is (F6137) Messier Bugatti SA, Az Louis Breguet, BP 40, Felizy Villacoublay F-78140, Phone (0) 146298100. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Desired Delivery is 90 days after receipt of contract and Required Delivery is 360 days after receipt of contract. Items delivered under this contract shall be new material. Reconditioned/Used Material is not acceptable. F.O.B.Point shall be F.O.B destination. Each piece of equipment shall be packaged in accordance with ASTMD 3951-98 dated 10 Nov 98 to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Material shall be marked in accordance with ASTMD 3951-98 dated 10 Nov 98. Items 1 through 11, 13, and 15 through 24 must be individually packed in a separate box; suitable for shipment via land, air, or sea. Bulk packaging of Items 12, 14, and 25 through 75 is acceptable as long as the packaging is sufficient to prevent damage during shipment, handling, and storage. Each package shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of one year. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Bar coding is authorized, however not mandatory. AOG situations require highly visible lettering on the outside of the container. Items 1,9,10,13,15,20,69,70,71,72,and 73 are deemed flight critical in USCG missions. Inspection shall be performed by Certificate of Conformance (COC) and acceptance shall be performed by ARSC Quality Assurance Personnel. For the remaining items, Inspection shall be performed by Certificate of Conformance (COC) and acceptance of material shall be performed by ARSC Receiving at destination. These parts are for use on the HU25 Falcon aircraft. All responsible sources may submit an offer that will be considered. Offerors shall be able to provide necessary certification including traceability to the OEM to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. Anticipated award date is no later than 30 April 2003. 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 (Jul 2002) Alternate I (Apr 2002) Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2002) ADDENDUM 52.215.20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) Alternate IV (Oct 1997) (a) Submission of Cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. 52.246-2 Inspection of Supplies ? Fixed Price (Aug 1996); 52.246-15 Certificate of Conformance (Apr 1984), and the Coast Guard?s required Airworthiness Certification Requirements. 52.247-48 F.O.B. Destination ? Evidence of Shipment (Feb 1999) 52.252-2 Clauses Incorporated by Reference (Feb 1998). The full text of the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil. End of Clause 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders ? Commercial Items (May 2002) 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Alternate I (Oct 1995) 52.219-8 Utilization of Small Business Concerns (Oct 2000) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (Dec 2001) (E.O. 13126) 52.225-13 Restrictions on Certain Foreign Purchases (July 2000) (E.O.12722, 12724, 13059, 13067, 13121, and 13129). 52.232.33 Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999) (31 U.S.C. 3332) End of Clause 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 1-800-532-1169, Internet address: http//osdbuweb.dot.gov.***** 52.211-15 Defense Priority and Allocation Requirements (Sep 1990) Closing date and time for receipt of offers is 13 March 2003, 4:00 p.m., Eastern Daylight Savings Time. Facsimile offers are acceptable and may be forwarded to 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/DTCG38-03-Q-100023/listing.html)
 
Record
SN00273297-F 20030308/030306221200 (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.