Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOLICITATION NOTICE

K -- Overhaul/Modify Outboard Slat

Notice Date
3/18/2003
 
Notice Type
Solicitation Notice
 
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-100029
 
Archive Date
4/10/2003
 
Point of Contact
Denise Hall, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
DHall@arsc.uscg.mil, LHudson@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. Request For Quotation (RFQ) number DTCG38-03-Q-100029 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. The US Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to award a firm fixed price purchase order on a sole source basis to Dassalt Falcon Jet Wilmington Corp. using simplified acquisition procedures for the Overhaul/Modification of CLIN 1: SLAT, LH OUTBOARD, PN# MY20-137-50/17 NSN: 1560-14-519-2415 Overhauled and Modified to PN# 925-267-5, NSN: 1560-01-HS1-4317. Overhaul/Modification is to be performed in accordance with the Statement of Work of which a copy can be obtained by downloading it from the FedBizOps website or by submitting a written request to dhall@arsc.uscg.mil or by fax 252-334-5427. This requirement is used in support of the US Coast Guard HU25 Falcon Aircraft and is Flight Critical and Serial Number tracked. All Items are to be delivered to US Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909. The North American Industry Classification System (NAICS) code is 336413 and the small business size standard is 1000 employees. This is an unrestricted procurement. The Coast Guard does not own nor can it obtain OEM Service Bulletins and specifications for this equipment. Requests for OEM Service Bulletins and specifications will be disregarded. Coast Guard specific CGTO's, and ARSC Drawings can be acquired through the Freedom of Information Act (FOIA) as shown in paragraph 4.0,e,2 of the Statement of Work. FOB Destination quotes are desired. FOB Origin quotes must include shipping charges to be considered responsive. Inspection and acceptance of material shall be performed by the USGC Aircraft Repair and Supply Center Quality Assurance personnel for Flight Critical items. Anticipated award date is 27 March 2003. This date is approximate and not exact. Desired delivery is 60 days after receipt of an order. Required delivery is 60 days after receipt of an order. Packaging and Marking shall be packaged in accordance with ASTM D3951-98 approved 10 November 1998, Commercial Packaging, Shipping and storage Procedures. Each part/component shall be individually packed in a separate container. Packaging shall be sufficient to prevent damage during shipment, handling and storage. Each container shall be labeled individually. Preservation and protection shall be provided to prevent corrosion, deterioration, or decay during warehouse storage for a period of one year. Each individual container shall be labeled on the outside and each individual package parts/components on the inside shall be labeled, as applicable, with National Stock Number, Part Number, Quantity, Nomenclature, Purchase Order Number, Line Item Number, and Certificates of Conformance shall be placed on the outside of individual containers. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type or peanut packaging. All responsible sources may submit an offer which shall be considered by the agency. Sources should have a valid Cage Code and DUNS number or the ability to obtain one. 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 and can be accessed and downloaded via FedBizOps with this RFQ. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (Feb 2002) with the following addendas: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated., 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 (May 2002), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (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 Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126),; FAR 52.225-13 Restriction 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 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 (800) 532-1169, Internet address: http://osdbuweb.dot.gov. The Defense Priorities and Allocations Systems Rating is DO-A1. Quotes may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part Number, Unit Price, Extended Price, Estimated Delivery, Payment Terms and discount offered for prompt payment, FOB Shipping terms including shipping costs for FOB Origin quotes, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2002) of copies can be obtained by calling the Agency or by downloading from the FedBizOps website. The closing date and time for receipt of offers is 26 March 2003 4:15 PM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (252) 334-5427 or E-mailed to dhall@arsc.uscg.mil. Contact Denise Hall at (252) 335-6143 for questions regarding this solicitation.
 
Place of Performance
Address: 153 North Dupont Highway, New Castle DE
Zip Code: 19720-3198
Country: United States
 
Record
SN00281757-W 20030320/030319061601 (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.