Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2003 FBO #0604
SOLICITATION NOTICE

17 -- PORTABLE AIRCRAFT HYDRAULIC GROUND POWER UNITS

Notice Date
7/24/2003
 
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-410102
 
Response Due
8/7/2003
 
Point of Contact
Craig Smith, Support Purchasing Agent (CPO), Phone 252-335-6772, Fax 252-335-6840,
 
E-Mail Address
craigsmith@arsc.uscg.mil
 
Description
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 is a brand name or equal requirement. Solicitation No. DTCG38-03-Q-410102 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #01-14. This requirement is unrestricted. This synopsis/solicitation is issued for CLIN 1; A new Tronair portable aircraft hydraulic ground power unit, dual system, capable of open and closed loop operation, Part Number 54205EAOACFK, Model# 7022, for a quantity of 3 each. Salient characteristics include removable cabinet for ease of maintenance, non-bypass pressure filter with clogging indicator, noise level equal or better than 75 dba, pressure compensated pump with flow and pressure control knobs, 5000 PSI certified pressure gauge, dual scale flow meter 0-15 GPM, bypass valve, reservoir selector valve, fluid sample valve, hour-meter, pyrometer. Salient hydraulic characteristics include fluid-MIL-H-83282, pressure range-250-3500PSI, flow range-0-15 GPM, filtration-3 micron absolute, reservoir capacity- 25 gallons in a stainless steel reservoir, hoses-25-foot hoses/2#12 supply and 2#16 return, coupling kit-interface with HH60J external hydraulic fittings, supply P/N TB015519S28D and return P/N B3005S2-12D. Salient electrical power characteristics include 3 phase 60HZ, 208/230/380/460/575 VAC with 50 foot power cord. Salient color characteristics include white, color #17925, of FED-STD 595. Salient physical characteristics include maximum weight 740 lbs, maximum volume 42 cubic feet. The required delivery date is 15 November 2003. FOB destination. Final acceptance shall be at destination. Items shipped to: USCG Air Station Clearwater, Attn: Engineering, 15100 Rescue Way, Clearwater, Fl. 33762. Acceptance shall be performed at destination by USCG Warehouse Receiving Personnel for count and condition only. Copies of packing slips shall be affixed to the outside of the shipping container. Packaging of the items for return shipment shall be in accordance with the Contractor’s best commercial practices with the following exceptions: Each item or unit must be individually packed in a separate box, carton, or crate. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Purchase Number, and line item. Only Bar Coding of the NSN is necessary. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Each unit shall be packaged to protect against electrostatic damage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of one year, but no preservation coating will be applied directly to the component. Packaging material shall not consist of the following material: popcorn, shredded paper, styrofoam of any type or peanut style packaging. The closing date for receipt of quotes is 07 August 2003, 2:00 p.m. EST. Point of contact regarding this synopsis/solicitation is SKC Smith#252-335-6772. Faxed offers are acceptable and may be faxed to #252-335-6840 Attn: Chief Smith. The following FAR provisions, clauses and addenda apply: 52.212-1, Instrctions to Offerors- Commercial (Oct 2000), FAR provision, 52.212-2 does not apply in that award will be made to the offeror who submits lowest price and can provide at a minimum all the salient characteristics stated above. Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items (Jul 2003) with their quote. The following additional clauses apply 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jun 2003), 52.222-26, Equal Opportunity (Apr 2002), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act (Jun 2003), Payment by Electronic Funds Transfer- Central Contractor Registration (May 1999). Quotes are due by 2:00 p.m. EST on 07 August 2003 at USCG ARSC, Building#63, Elizabeth City, NC. 27909 ATTN: SKC Smith (faxed quotes will also be accepted - (252-335-6840). The anticipated Award date will be on or before 11 August 2003. For further information, contact SKC Smith at #252-335-6772. All responsible sources may submit a quote which shall be considered by this agency.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/DTCG38-03-Q-410102/listing.html)
 
Record
SN00382592-F 20030726/030724224505 (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.