Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2003 FBO #0532
SOLICITATION NOTICE

16 -- HU25 Brake Parts

Notice Date
5/13/2003
 
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-100030
 
Response Due
6/2/2003
 
Archive Date
6/17/2003
 
Point of Contact
Tonya Bush, HU25 Contract Specialist, Phone 252-335-6195, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
TBush@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
Description
17. 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-100030) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-13. 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 requirements contract for a base and two one-year option periods. The award will be in accordance with FAR 6.302-1. The USCG intends to negotiate and award to Aircraft Braking Systems Inc., Akron, OH, the Original Equipment Manufacturer (OEM), authorized distributors of the OEM or Aero Brake and Spares, San Antonio, TX for a limited number of parts for which an FAA PMA is provided and subject to USCG approval of alternate part numbers. Known alternate part numbers are listed below with nomenclature. These parts are used on the HU25 Falcon Jet brake assembly. The following quantities are estimates only. (1) NSN 1630-00-312-4592, P/N GYS6C24 or NSN 1630-01-312-4592, P/N ABS6C24, Wheel Bolt, 2000 ea for the base year, 3329 ea for option year 1, and 3329 ea for option year 2 (2) NSN 1630-00-312-5386, P/N 9542927, P/N 9542927, Disk Rotating, 0 ea for the base year, 230 ea for option year 1, and 230 ea for option year 2 (3) NSN 1560-01-075-4386, P/N 9533958, Sleeve, 0 ea for the base year, 0 ea for option year 1, and 28 ea for option year 2 (4) NSN 1560-01-075-4387, P/N 9533971, Cap, 0 ea for the base year, 0 ea for option year 1, and 1 ea for option year 2 (5) NSN 5315-01-075-4391, P/N 9535866 or NSN 5315-01-HS1-4303, P/N 8535866, Key, 0 ea for the base year, 210 ea for option year 1, and 210 ea for option year 2 (6) NSN 1560-01-075-4392, P/N 9535873, Pin, 350 ea for the base year, 350 ea for option year 1, and 350 ea for option year 2 (7) NSN 1560-01-075-4393, P/N 9535874-1, or NSN 1650-01-HS1-5131, P/N 8535874-1, Insulator, 0 ea for the base year, 760 ea for option year 1, and 760 ea for option year 2 (8) NSN 4710-01-075-4394, P/N 9535881, Tube, 169 ea for the base year, 169 ea for option year 1, and 169 ea for option year 2 (9) NSN 1680-01-125-4131, P/N 5000208, Disk Subassy, 158 ea for the base year, 158 ea for option year 1, and 158 ea for option year 2 (10) NSN 1680-01-125-4132, P/N 5000209, Pressure Plate, 0 ea for the base year, 68 ea for option year 1, and 68 ea for option year 2 (11) NSN 5306-01-125-4135, P/N GYS5N53, Bolt Hex, 0 ea for the base year, 382 ea for option year 1, and 382 ea for option year 2 (12) NSN 1680-01-125-4136, P/N 5000207, Plate, 0 ea for the base year, 1650 ea for option year 1, and 1650 ea for option year 2 (13) NSN 1680-01-125-4139, P/N 9536002, Ring Backup, 0 ea for the base year, 42 ea for option year 1, and 42 ea for option year 2 (14) NSN 5305-01-125-4260, P/N GYK3-11L, or NSN 5305-01-HS1-4514, P/N ABYK3-11, Screw Cap Socket, 800 ea for the base year, 800 ea for option year 1, and 800 ea for option year 2 (15) NSN 5305-01-125-4261, P/N GYK4-7, or NSN 5305-01-125-4261, P/N ABYK4-7, Screw Cap Socket, 817 ea for the base year, 817 ea for option year 1, and 817 ea for option year 2 (16) NSN 5320-01-127-9234, P/N GY18B16, or NSN 5320-01-HS1-4513, P/N AB18B16, Rivet Tubular, 930 ea for the base year, 930 ea for option year 1, and 930 ea for option year 2 INSTRUCTIONS FOR ITEM NUMBERS: 1,3,4,5,6,7,8,10,11,12,13,14,15,16 Quantity Per Unit Package: Bulk, not to exceed 100 per unit pack. When unit pack quantity is greater than one, individual items that are damageable shall be wrapped for protection. CLEANING: Prior to the initiation of preservation, the item must be determined to be clean and free of foreign matter. Items may be cleaned by any suitable process described here in. Critical surfaces (close tolerance, micro-finish) must be cleaned to ensure total removal of corrosion, soil, grease, fingerprints, perspiration and all other acid and alkali residues. Oil, grease or graphite packed or impregnated items shall be cleaned by wiping with a clean, dry, lint-free cloth. Care shall be taken when cleaning complex assemblies, requiring internal preservation. Entrapped cleaning fluid must be drained to the drip point prior to proceeding to the next step. Item shall be cleaned by any process or combination of processes, which will accomplish thorough cleaning without damage to the item. Items shall be initially cleaned in solvent and drained. The initial cleaning, when other than pressure spraying is used, shall be followed by a secondary cleaning in another tank of clean solvent. Solvent shall conform to O-T-236, O-T-620, P-D-680, TT-T-291, or Type 1. When solvent recirculating systems are used, they shall be equipped with filters for removal of contaminants. Solvent cleaning must be followed by fingerprint remover. PRESERVATIVES, WRAPS & CUSHIONING: Preservatives selected shall be those whose applications use or removal will not damage the item or impair item function. Directly after cleaning and drying of the item the required preservative shall be applied by one or more of the following applicable procedures that will permit the preservative to coat all surfaces or all necessary surfaces as required. The preservative coating must be uniformly applied. All excess preservatives shall be removed. Using a bag or container, then preliminary wrapping, cushioning shall be applied as necessary to protect the item as well as the bag and the container from the items projections and sharp edges as well as to restrict its movement within the unit pack. All cushioning and dunnage used shall be clean and dry as practical to minimize item susceptibility to corrosion and contaminates. Packaging materials such as bags, wraps, cushioning or dunnage or containers shall be of fire retardant and fire resistant materials when available in lieu of non-fire retardant variety. Preliminary wrapping materials in contract with preservative coated item shall be grease proof. Preliminary grease proof wraps applied solely to confine the contract preservative on item surfaces. Only non-corrosive wrapping, cushioning and dunnage materials shall be used in contact with metal surfaces of the item. Reclosable, cushioned pouches may be used in lieu of initial wrap or cushioning. The item shall be cushioned as required to mitigate shock, thereby preventing physical and functional damage to the item. For items not exceeding 20 pounds, fiber containers conforming to MIL-C-3955 Type 1, Grade B, may be used. The item shall be tagged, bundled, tied, taped, strapped, skin-packed, enclosed within wrappings, bags, cartons, boxes or other containers, as applicable to provide protection from physical damage and mechanical malfunction. Cushioning materials, dunnage, blocking and bracing shall be applied as required to protect the item and the enclosing media and restrict the movement of the item within the container. Unit container: shall be PPP-B-636, Type C, F Class, weather resistant. Preservation and package shall be in conforming for any long-term storage. Inspection / Acceptance: Certificate of Conformance with final inspection and acceptance to be performed by ARSC Receiving or Quality Assurance Personnel. The contractor shall provide and maintain a quality system in compliance with ISO 9001 or ISO 9002,ANSI/ASQC Q9001, Q9002 or a Quality System that is acceptable to the government. Note: Popcorn, shredded paper, Styrofoam of any type, or peanut style packing is prohibited. The contractor will be notified by the contracting officer when in noncompliance. Within 24 hours after such notification, the contractor will give contracting officer disposition instructions. If the contractor elects for the Coast Guard to correct deficiency, ARSC may assess the actual costs for correcting deficiency. The contractor agrees that actual costs will be deducted from the invoice amount prior to payment. An estimate will be provided by ARSC upon noncompliance. MARKING INSTRUCTIONS: Each spare item will be labeled individually except for small hardware not limited to nuts, bolts, washers, and screws. This label will include National Stock Number, Part Number, Nomenclature, Quantity, Contract Number, Contract Line Item Number, Delivery Order Number, Cage Code Number, and Date of Manufacture. For additional information and guidance, use MIL I 116. INSTRUCTIONS FOR ITEMS: 2,9 Quantity Per Unit Package: Shall be one each. CLEANING: Prior to the initiation of preservation, the item must be determined to be clean and free of foreign matter. Items may be cleaned by any suitable process described here in. Critical surfaces (close tolerance, micro-finish) must be cleaned to ensure total removal of corrosion, soil, grease, fingerprints, perspiration and all other acid and alkali residues. Oil, grease or graphite packed or impregnated items shall be cleaned by wiping with a clean, dry, lint-free cloth. Care shall be taken when cleaning complex assemblies, requiring internal preservation. Entrapped cleaning fluid must be drained to the drip point prior to proceeding to the next step. Item shall be cleaned by any process or combination of processes, which will accomplish thorough cleaning without damage to the item. Items shall be initially cleaned in solvent and drained. The initial cleaning, when other than pressure spraying is used, shall be followed by a secondary cleaning in another tank of clean solvent. Solvent shall conform to O-T-236, O-T-620, P-D-680, TT-T-291, or Type 1. When solvent recirculating systems are used, they shall be equipped with filters for removal of contaminants. Solvent cleaning must be followed by fingerprint remover. PRESERVATIVES, WRAPS & CUSHIONING: Preservatives selected shall be those whose applications use or removal will not damage the item or impair item function. Directly after cleaning and drying of the item the required preservative shall be applied by one or more of the following applicable procedures that will permit the preservative to coat all surfaces or all necessary surfaces as required. The preservative coating must be uniformly applied. All excess preservatives shall be removed. Using a bag or container, then preliminary wrapping, cushioning shall be applied as necessary to protect the item as well as the bag and the container from the items projections and sharp edges as well as to restrict its movement within the unit pack. All cushioning and dunnage used shall be clean and dry as practical to minimize item susceptibility to corrosion and contaminates. Packaging materials such as bags, wraps, cushioning or dunnage or containers shall be of fire retardant and fire resistant materials when available in lieu of non-fire retardant variety. Preliminary wrapping materials in contract with preservative coated item shall be grease proof. Preliminary grease proof wraps applied solely to confine the contract preservative on item surfaces. Only non-corrosive wrapping, cushioning and dunnage materials shall be used in contact with metal surfaces of the item. Reclosable, cushioned pouches may be used in lieu of initial wrap or cushioning. The item shall be cushioned as required to mitigate shock, thereby preventing physical and functional damage to the item. For items not exceeding 20 pounds, fiber containers conforming to MIL-C-3955 Type 1, Grade B, may be used. The item shall be tagged, bundled, tied, taped, strapped, skin-packed, enclosed within wrappings, bags, cartons, boxes or other containers, as applicable to provide protection from physical damage and mechanical malfunction. Cushioning materials, dunnage, blocking and bracing shall be applied as required to protect the item and the enclosing media and restrict the movement of the item within the container. Unit container: shall be PPP-B-636, Type C, F Class, weather resistant. Preservation and package shall be in conforming for any long-term storage. Inspection / Acceptance: Certificate of Conformance with final inspection and acceptance to be performed by ARSC Receiving or Quality Assurance Personnel. The contractor shall provide and maintain a quality system in compliance with ISO 9001 or ISO 9002, ANSI/ASQC Q9001, Q9002 or a Quality System that is acceptable to the government. Note: Popcorn, shredded paper, Styrofoam of any type, or peanut style packing is prohibited. The contractor will be notified by the contracting officer when in noncompliance. Within 24 hours after such notification, the contractor will give contracting officer disposition instructions. If the contractor elects for the Coast Guard to correct deficiency, ARSC may assess the actual costs for correcting deficiency. The contractor agrees that actual costs will be deducted from the invoice amount prior to payment. An estimate will be provided by ARSC upon noncompliance. MARKING INSTRUCTIONS: Each spare item will be labeled individually except for small hardware not limited to nuts, bolts, washers, and screws. This label will include National Stock Number, Part Number, Nomenclature, Quantity, Contract Number, Contract Line Item Number, Delivery Order Number, Cage Code Number, and Date of Manufacture. For additional information and guidance, use MIL I 116. The Coast Guard does not own nor can it provide specifications, plans, drawings, or other technical data. The period of performance is July 1, 2003 through June 30, 2004 with two one-year ordering periods. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Building 63, Elizabeth City, NC 27909, Mark For: Field Stock (00001). F.O.B. Point will be in accordance with contractor?s standard commercial practice. Desired delivery is 120 days after receipt of an order. Required delivery is 180 days after receipt of an order. Items delivered under this contract shall be new material. Reconditioned/Used material is NOT acceptable. Anticipated date of award is 30 June 2003. All responsible sources may submit a proposal which shall be considered by the agency. Sources shall be FAA certified. A copy of the FAA certification is to be submitted with the quotation. 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 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999) 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. 52.216-18 Ordering (Oct 1995) (a) from date of award through 30 June 2006 52.216-19 Order Limitations (Oct 1995) (a) 1 each (b)(1) the total estimated contract line item quantity (b)(2) the total estimated contract line item quantity (b)(3) 15 calendar days (d) 15 calendar days 52.216-21 Requirements (Oct 1995) (f) 30 June 2007 52.217-5 Evaluation of Options (July 1990) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) 01 May through 30 June of the current contract year (c) 3 years 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999) 52.246-11 Higher-Level Contract Quality Requirement (Feb 1999) The contractor shall provide and maintain a quality system equal to ISO 9001, ISO 9002, ANSI/ASQC, Q9001, Q9002, or a higher-level system acceptable to the Government. Contractor shall state quality system to be used in performance of this contract. 52.246-15 Certificate of Conformance (Apr 1984) 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984) 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. 1252.219-70 Small Business and Small Disadvantaged Business Subcontracting Reporting (Jun 1997) 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 I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)) 52.219-9 Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)) 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 (31 U.S.C. 3332) 52.211-15 Defense Priority and Allocation Requirements (Sep 1990) 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.***** Closing date and time for receipt of offers is 23 May 2003, 4:00 p.m., Eastern Standard Time. The offeror MUST submit a price for the base and ALL options for any item proposed. A proposal that does not include option year pricing will NOT be considered. Facsimile offers are acceptable and may be forwarded to 252-334-5427. Pricing of items may be sent via E-mail to tbush@arsc.uscg.mil. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price for base and each option year 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.
 
Record
SN00322800-W 20030515/030513213125 (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.