Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2003 FBO #0527
MODIFICATION

16 -- SPARE PIECE PARTS FOR COAST GUARD APS143 RADAR SYSTEM

Notice Date
5/8/2003
 
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-100035
 
Response Due
5/16/2003
 
Archive Date
5/31/2003
 
Point of Contact
Danny Sawyer, HU25 Contract Specialist, Phone 252-335-6499, Fax 252-334-5427,
 
E-Mail Address
DRSawyer@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for the procurement of commercial items to be used in repair of the Telephonics APS143 Radar, 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-100035) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-13. This is a sole source 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 the OEM (Original Equipment Manufacturer), Telephonics Corp, Command Sys. Div., 815 Broad Hollow Rd., Farmingdale, NY 11735-1735 for the following 8 spare parts to be used in the repair of the Telephonics,APS143 Radar systems for the HU-25 aircraft: (1) 1 each, Motor, EL, P/N 518727- 1 (2) 1 each, Motor, AZ, P/N 518745-1 (3) 1 each, DSP Configured Assy, P/N 529172-002 (4) 1 each, Low Noise Amplifier, P/N 528299-1 (5) 1 each, Power Supply 1, P/N AW205/5-A THIS PART NUMBER SHOULD READ AW20S/5-A (6) 1 each, Power Supply 2, P/N AW100S/15-A (7) 1each, Power Supply 3, P/N AW35S/5.2-A (8) 1 each, Power Supply 4, P/N AW35S/15-A Telephonics will provide all storage in a bonded stockroom at their facility. Parts will be used to repair failed units of the Telephonics APS143 Radar systems. Once the removed failed part is repaired, it will be returned to the customer owned spare parts storage for use in the future. These repairs are the responsibility of Telephonics. If a part is deemed to be un-reparable (over 65-70% of replacement cost), Telephonics will be responsible to replace the un-reparable part. Inventory will be monitored and periodic reports to be provided annually. Material procured under the resultant contract will be furnished as government furnished material used to repair sensor equipment under contract DTCG23-00-C-EA9160. This material is owned by the U.S. Coast Guard and will be dispositioned upon expiration or termination of contract DTCG23-00-C-EA9160. Desired Delivery is 30 days after receipt of delivery order. Required Delivery is 240 days after receipt of delivery order and material. F.O.B will be DESTINATION. 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. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Items shall be individually packaged and labeled. 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. Inspection and acceptance shall be on-site by DCMC. All responsible sources may submit an offer that will be considered. Anticipated award date is June 30, 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, price and past performance. 2.212-3 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); 52.247-34 F.O.B. Destination (Nov 1991) 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. 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders ? Commercial Items (Apr 2003) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1 (41 U.S.C. 253g and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (E.O. 13126) 52.225-13 Restrictions on Certain Foreign Purchases (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 May 16, 2003, 4:30 p.m., Eastern Daylight Savings Time. PRICES MUST REMAIN EFFECTIVE FOR 60 DAYS AFTER CLOSING OF SOLICITATION. 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.
 
Place of Performance
Address: 815 Broad Hollow Rd., Farmingdale, NY
Zip Code: 11735-1735
Country: US
 
Record
SN00320068-W 20030510/030508213043 (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.