Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
MODIFICATION

16 -- Spare Parts

Notice Date
6/5/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-03-Q-100041
 
Response Due
6/12/2003
 
Archive Date
6/27/2003
 
Point of Contact
Caryn McGraw, HU25 Contract Specialist, Phone 252-335-6491, Fax 252-334-5427, - Caryn McGraw, HU25 Contract Specialist, Phone 252-335-6491, Fax 252-334-5427,
 
E-Mail Address
CMcGraw@arsc.uscg.mil, CMcGraw@arsc.uscg.mil
 
Description
17. This modificatin amends the part number for Item 5 and extends the response 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-100041) 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 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 33 line 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. ITEM Part # NSN Nomenclature QTY I# 1 MY20228-10 1560-01-074-2942 Window Panel, Aircra 8 # 2 9200081 4730-14-216-0567 Lubricator, Nozzle 20 # 3 NAS517C3-4 5305-14-391-9739 Screw 150 # 4 L22138-50X20BEM 5306-14-418-2056 Screw 40 # 5 0130151031 5360-14-449-4001 Spring 40 # 6 MY20221-4377 5340-14-462-4662 Retainer 3 # 7 MY2077122510G01 5305-14-411-4106 Screw 25 # 8 MY20781154G01 4710-14-383-1923 Tube Assembly, Metal 3 # 9 420-0-6 6210-14-218-8558 Light, Indicator 19 # 10 HM24X150XCN24 5325-14-286-7496 Insert, Screw Thread 25 # 11 15639-19 2915-14-473-0722 Stud 50 # 12 23116BC050LE 5310-14-316-1894 Washer, Flat 300 # 13 2700-8 5325-01-HS1-2037 Stud Assy 10 # 14 MY20101-42810 1560-14-370-1334 Brush 4 # 15 MY2013680300G01 1560-14-411-4094 Octuratr, Rail 1 # 16 MY20295-0705 5310-01-HS1-1616 Washer 2 # 17 *MY2024905400G02 *4710-14-454-7385 *Tube R/H *4 # 18 MY2052121800G01 1560-14-473-3466 Tank, Fuel Bladder R 5 # 19 *12-12-11707-S2-4 *1377-14-305-4181 *Cartridge, Aircraft *16 # 20 *12-12-11707-S1-4 *1377-14-305-4180 *Cartridge, Aircraft *20 # 21 *12-12-11707-S3-4 *1377-14-305-4182 *Cartridge, Aircraft *12 # 22 MY20175-16810-2 3040-14-473-3255 Connecting, Link Rig 1 # 23 MY20101-4283015 1560-14-370-1338 Brush, LH 5 # 24 A101-24660A 1650-01-HS1-4367 Swivel Joint, Hyd. 2 # 25 CG2020812003 5330-01-233-7963 Seal 10 # 26 MY2010153820G01 5340-14-451-2626 Stirrup 15 # 27 MY2051510642G01 4730-14-383-1872 Connector 10 # 28 553-0494-511 5315-01-HS1-3973 Guide Pin 5 # 29 7G1089 5930-01-HS1-4522 Switch, Pressure 4 # 30 MY20281-30-2 1560-14-411-3956 Panel, Wing Root 1 # 31 202B144-12 5970-14-400-8077 Insulation Sleeving 30 # 32 *B332M *6350-14-336-1349 *Detector Fire *30 # 33 JK33E420 5935-14-389-8779 Jack 12 * ITEMS 17, 19, 20, 21, AND 32 ARE FLIGHT CRITICAL COMPONENTS. The OEM for Items 1 and 25 is (56852) Dassault Falcon Jet Corp, 200 Riser Road, Little Ferry, NJ 07643-7643, Phone (201) 541-4746. The OEM for Item 2 is (F0227) Tecalemit Equipements, R Valentin Prive, BP 110, Joigny, France. Phone: (0) 386920170The OEM for Items 3, 6, 7, 8, 13, 14, 15, 16, 17, 18, 22, 23, 26, 27, 28, and 30 is (F6117) Dassault Aviation, 9 RP Champs Elysees Marcel Dassault, Paris F-75008, France, Phone: (0) 153769300. The OEM for Item 9 is (F0214) ECE L?Equipement Et La Construction Electrique SA, 129 BD Davout, BP 113, Paris F-75020, France, Phone: (0) 156061000, FAX: (0) 156041010. The OEM for Item 10 is (F1699) Bollhoff Otalu SA, Rite D?Apremont, Zi De L?Albanne, BP 68, La Ravoire F-73490, France, Phone (0) 479967000. The OEM for Item 11 is (F6101) Aerazur, 2 R Maurice Mallet, 48 BD Gallieni, Issy Les Moulineaux, F-92130, France, Phone: (0) 141232323. The OEM for Items 4 and 12 is (F0111) BNAE Bureau De Normalisation De L?Aeronautique Et De L?Esp, Technopolis 54 199 R Jean-Jacques Rousseau, Issy Les Moulineaux F-92138, France, Phone: (0) 147657000, and FAX: (0) 146629800. The OEM for Items 19, 20, 21, and 32 (F9211) L?Hotellier, 4 R Henri Poincare, Antony Cedex, F-92167, France, Phone: (0) 146660808. The OEM for Item 24 is (F6137) Messier Bugatti SA, Za Louis Breguet, BP 40, Felizy Villacoublay F-78140, France, Phone: (0) 146298100, FAX: (0) 140830200. The OEM for Item 29 is (F0423) Magneti Marelli France SA, 19 R. Lavoiser, Nanterre, F-92000, France, Phone (0) 147297000. The OEM for Item 31 is (F0286) Tyco Electronics France SAS, 29 CHS Jules Cesar, BP 39,Cergy Pontoise, F-95300 France, Phone: (0) 134208888. The OEM for Item 33 (F6122) Elno SN, 17 R Jean Pierre Timbaud, BP 46, Argenteuil, F-95100, France, Phone: (0)139984444. The OEM for Item 5 is (F5142) Dassault Equipments Div De Dassault Aviation, 9 RP Champs Elysees Marcel Dassault, Paris F-75008, France, Phone: (0) 153769300 Pricing shall reflect any quantity discount. 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 180 days after receipt of contract and Required Delivery is 240 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, 15, 17, 18, and 22 through 33 must be individually packed in a separate box; suitable for shipment via land, air, or sea. Bulk packaging of Items 2 through 14, and 16 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. Items 19 through 21 are hazardous materials and shall be packaged per the instructions listed above for individual and bulk. However the shipment of hazardous material shall include the Material Safety Data Sheets (MSDS). Bar coding is authorized, however not mandatory. AOG situations require highly visible lettering on the outside of the container. Items 17, 19, 20, 21, and 32 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. 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); 52.246-15.1 Certificate of Conformance (Apr 1984). 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 (April 2003) 52.203-6 Restrictions on Subcontractor Sales to the Government 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)). 52.222-21 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) Anticipated award date is no later than 31 July 2003. Closing date and time for receipt of offers is 4 PM Eastern Time on 12 June 2003. PROPOSALS ARE TO REMAIN EFFECTIVE FOR 60 DAYS AFTER CLOSE 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.
 
Record
SN00340457-W 20030607/030605213034 (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.