Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2003 FBO #0554
SOLICITATION NOTICE

26 -- Nose Tires

Notice Date
6/4/2003
 
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-100046
 
Response Due
6/20/2003
 
Archive Date
7/11/2003
 
Point of Contact
Denise Hall, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427,
 
E-Mail Address
DHall@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 DTCG38-03-Q-100046 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The North American Industry Classification System (NAICS) code is 326211 and the small business size standard is 1000 employees. This is an unrestricted procurement. The US Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to award a firm fixed price purchase order to Original Equipment Manufacturer (OEM) Michelin Aircraft Tire Corp. using simplified acquisition procedures to purchase the following material: CLIN 1: Nose Tires P/N M08301, NSN: 2620-01-441-7060 Quantity 100 each. The OEM is Michelin Aircraft Tire Corp. Cage Code 0A1K8. This requirement is used in support of the US Coast Guard HU25 Falcon Aircraft. All Items are to be delivered to Commanding Officer USCG Aircraft Repair and Supply Center, Elizabeth City, NC 27909. The Coast Guard does not own nor can it obtain specifications, drawings, plans or other technical data for this material. Requests for drawings will be disregarded. 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 USCG Aircraft Repair and Supply Center Quality Assurance Personnel. Items delivered shall be new material. Reconditioned/used material is not acceptable. Items must be provided by the OEM, or if the contractor is someone other than the OEM, must provide "traceability" to the OEM. Traceability means that the awardee must be able to show a clear, documented, audited paper trail for ownership and transfer of each part from the OEM to the final vendor. Anticipated award date is 24 June 2003. Desired delivery is 1 Aug 2003. Required delivery is 1 Aug 2003.. Packaging and Marking: shall be packaged in accordance with ASTM D 3951-98 approved 10 November 1998, Commercial Packaging, Shipping and storage Procedures. Each piece of equipment shall be packaged in accordance with best commercial packaging to enable shipment to destination and transshipment to a Coast Guard unit without re-packing or incurring damage during shipping and handling. Tires shall be shipped on pallets. Each pallet shall have a copy of the packing slip attached indicating the National Stock Number 2620-01-441-7060, Part Number M08301, Purchase Order Number, total quantity ordered, and the quantity per pallet. Each tire shall be labelled (stick on label) with the National Stock Number and Part Number. The packaging shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration, or decay during warehouse storage for a period of one year. Certificates of Conformance shall be placed on the outside of individual pallet. 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. 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 (June 2003) to include Alt I (Apr 2002). These certifications must be included with quotes and can be downloaded from FedBizOps with this RFQ. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (Feb 2002)) with the following addenda: FAR 52.246-15 Certificate of Conformance (Apr 1984); FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984); 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/; (End of clause) FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders ?Commercial Items (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126 FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246), FAR 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), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998)(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 (Dec 2001)(38U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2003)(E.O. 12722, 12724,13059, 13067, 13121, and 13129) FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (May 1999) (31U.S.C.3332); A Data Universal Numbering System (DUNS) 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. FAR 52.211-15 Notice of Priority Rating for National Defense Use (Sep 1990) D0-A1 rated. 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 (Jun 2003) of copies can be obtained by calling the Agency or by downloading the document from FedBizOps as posted under this solicitation. The closing date and time for receipt of offers is 20 Jun 2003, 3:00 PM Local 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. See Note 12
 
Place of Performance
Address: 1305 Perimeter Road, Greenville, SC
Zip Code: 29605-9605
Country: United States
 
Record
SN00339188-W 20030606/030604213040 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.