Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
MODIFICATION

16 -- HU25 Spares

Notice Date
8/13/2003
 
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-100051
 
Response Due
8/18/2003
 
Archive Date
3/22/2004
 
Point of Contact
Danny Sawyer, HU25 Contract Specialist, Phone 252-335-6499, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
DRSawyer@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
Description
This combined synopsis/solicitation closing date is hereby modified to remain open through August 18, 2003 at 3:00 p.m. EST. 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-100051) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-15. 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 83 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. Clin QTY Part Number Description NSN 1 3 MY20221-4366 Clamp 1680-14-392-5931 2 3 MY20221-4365 Retainer 1680-14-392-5930 3 2 F50B267001110A1 Win. A/C Frame 1560-14-512-1508 4 2 MY20271-57-5 Pitch Control Rod 3040-14-451-2618 5 5 MY20164-70 Fitting Assy 1560-14-411-4053 6 2 *MY20718-37820-2 Bell Crank 3040-14-392-5984 7 11 M20H5530426-513 Non-metallic Seal 5330-01-HS1-5546 8 1 MY20124-13811-1 A/F,A/C,R/H Rail 1560-14-503-5772 9 1 MY2013680100G01 Fitting Assy 1560-14-451-2629 10 10 *12-12-11707-S3-4 Aircraft Cartridge 1377-14-305-4182 11 10 *12-12-11707-S1-4 Aircraft Cartridge 1377-14-305-4180 12 7 BMK3 Microswit Box Ass 5930-14-305-4197 13 15 B200 Pylon Fire Det L/R 6350-14-378-7149 14 30 *L84A19-601 FL TK Pres CK Valve 4820-14-372-8054 15 3 2198-25AZ Non-return Valve4820-14-371-5951 16 10 2103B10Y01 Circuit Breaker 5925-14-374-1434 17 1 MY2072617G04 Pneumatic Tubing4710-01-HS1-5472 18 5 *11-09-20959-1 Valve 4820-14-373-3039 19 8 MY20212-60882-2 Rail 1560-14-482-8526 20 4 MY2032111G01 Bearing-3, Assy 3110-01-HS1-1341 21 10 991B6KA10SL3SN2RQ Connector 5935-14-405-6154 22 10 *MY20295-0158-2 Pin,Shoulder,Headle 5315-14-406-4367 23 30 SN236 Elec Plug Connector 5935-14-400-8497 24 25 M20H5530485-515 Tailcone Nut 5310-14-478-0997 25 2 MY20775-17 Gimble Assy. 1680-01-HS1-4405 26 2 MY20295-01880-1 Attach Linkage Assy. 1560-14-509-7817 27 4 *21-67-0 Bearing Intermediat 1680-14-372-8027 28 23 M20H5530226-13 Rubber Strip 5330-14-411-4138 29 140 33488BC060LE Recessed Washer 5310-14-335-4878 30 2 A60700-738 Non-metalic Washer 5330-14-031-5588 31 80 MY20726001G01 Ring Spacer 5365-14-411-4101 32 1000 22201BE060017ME Close Tolerance Bolt 5306-14-331-9281 33 64 262-100-01 Roller 3120-14-351-0991 34 6 P33MSP1 Groove Pulley 3020-14-428-4663 35 4 MY20221-4376 Clamp 1680-14-392-5938 36 3 21-65-00-22 Loop Clamp 5340-14-372-7282 37 1 *MY20770-74820 Drag Chute Wire 4010-14-425-8127 38 1 MY202101104G02 Shim 5365-14-515-0333 39 12 MY20331-6402 Plug 1560-14-370-1632 40 20 14TA10BE HE Self-locking Nut 5310-14-365-3758 41 2500 38390BE060007ME Close Tolerance Screw 5305-14-335-4891 42 3 MY20221-4369 Clamp 1680-14-392-5934 43 50 *31686BR180LE Retaining Ring 5325-14-452-5075 44 8 22201BE062010M Screw 5306-14-514-7803 45 10 *HMBC040030TLE Plain Tapered Pin 5315-14-346-9346 46 4 MY20102-4282015 Brush 1560-14-370-1342 47 4 MY20101-40812-1 Rubber Strip 9320-14-370-1369 48 6 MY20331-7603 Key Washer 5310-14-370-1452 49 7 *MY20175-1101 Rod End Clevis 5340-14-370-1464 50 15 MY20291-10814 Recessed Washer 5310-14-370-1518 51 16 MY20701-20817 Tors Helical Spring 5360-14-370-1655 52 300 22435BC080LE Hexagon Plain Nut 5310-14-317-9714 53 85 MY20165-006-1 Close Tolerance Screw 5305-14-370-1583 54 90 MY20726002G01 Ring Spacer 5365-14-411-4102 55 45 MY20380-001 Recessed Washer 5310-14-370-1519 56 50 23351AC060LE Key Washer 5310-14-317-9526 57 70 22201BE050011M Screw 5306-14-418-2056 58 60 CR5043 Self-Lock Plate Nut 5310-14-473-3289 59 15 MY20260-035 Shim 5365-14-405-6662 60 350 *22201BE060020ME Close Tolerance Bolt 5306-14-336-2102 61 25 22201BE062008M Screw 5305-01-HS1-3956 62 10 SCHD560100071A1 Non-Metallic Seal 5330-14-411-4190 63 15 22201BE05005L Screw 5306-14-514-3945 64 45 FN40-6703-8 Airbrake Seal 9390-14-451-5235 65 25 38460BE052006ME Screw 5306-14-346-2819 66 6 *21-67-00-06 Yoke 1680-14-372-7235 67 7 MY20297-30 Rear Door Lock 5340-14-297-1339 68 4 MY20221-4375 Clamp 1680-14-392-5937 69 10 22201BE083015M Bolt 5306-14-461-1871 70 12 CR4368 Self-Locking Nut 5310-14-473-3290 71 10 CSF1BC060L Tightening Cone 5365-14-503-5760 72 6 MY20381-516 Plastic Strip 9330-14-391-4453 73 10 MY20381-522 Plastic Strip 9330-14-391-4457 74 8 536 Flexible Shaft Core 1680-14-349-4903 75 7 *22138BE06005M Close Tolerance Bolt 5306-14-417-6927 76 30 MY20001-142-3M1 Screw 5306-14-451-2599 77 200 L22138-60-21BEM Close Tolerance Bolt 5306-14-369-3477 78 30 *L22138-60-24BEM Close Tolerance Bolt 5306-14-369-3480 79 1 K97-51-201 Pressure Fu Adapter 1560-14-372-8043 80 1 MY20163-004 Fairing 1560-14-507-6984 81 200 22201BE050014M Screw 5306-01-HS1-4378 82 4 *69102-301-1 Heat Exchanger 1660-14-377-8557 83 3 *MY20281-16-3 L WG RT AC Door 1560-14-450-9919 * ITEMS 6,10,11,14,18,22,27,37,43,45,49,60,66,75,78,82, AND 83 ARE FLIGHT CRITICAL COMPONENTS. The OEM for Items 1-9, 12,17,19,20,22,24,26,28,29,31,35, 3, 38, 39 ,41-43 ,44,46-51, 53-55, 59, 65, 67, 68, 71-73, 76, 80 and 83 is (F6117) Dassault Aviation, 9 RP Champs Elysees Marcel Dassault, Paris F-75008, France, Phone: (0) 153769300. The OEM for Line Items 10 and 11 is (F9211) L?Hotellier, 4 R Henri Poincare, Antony Cedex, F-92167, France, Phone: (0) 146660808. The OEM for Line Item 13 is (F0180) L?Hotellier Ets Louissa, 4 R Henri Poincare, Antony Cedex, F-92167, France, Phone:(0)146660808. The OEM for Line Items 14 and 79 is (F0422) Intertechnique Circulation DU Carburant, Zi Des Gatines 61 R Pierre Curie, Plasir F-78370, France, Phone: (0) 130548200. The OEM for Line Items 15and 18 is (F0230 replaced by F1958) Liebherr Aerospace Toulousa Sa, 408 Av Des Etats Unis, Toulouse, F-31200, France, Phone: (0) 561352828. The OEM for Item 16 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 Line Item 21 is (F1983) CED Connecteurs Electriques Deutsch Groupe Deutsc, ZI NX2 17 R Lavoisier, Evreaux F-27000, France, Phone:(0) 232235700. The OEM for Line Item 23 is (F5200 Replaced by F50225) FCI France, 145R Yves Le COZ, F-78035, France, Phone:(0) 139492183. The OEM for Line Items 27, 36, and 66 is (F5142) Dassault Equipments Div De Dassault Aviation, 9 RP Champs Elysees Marcel Dassault, Paris F-75008, France, Phone: (0) 153769300. The OEM for Line Item 30 is (F6137) Messier Bugatti SA, Za Louis Breguet, BP 40, Felizy Villacoublay F-78140, France, Phone: (0) 146298100, FAX: (0) 140830200. The OEM for Line Items 32, 52, 56, 57, 61, 63, 69, 75, 77, 78, and 81 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 Line Item 33 and 74 is (F0465) Sicma Aero Seats, 7 R Lucien Coupet, Issoudun, F-36100, France, Phone: (0) 254033939. The OEM for Line Item 34 is (F0222) Sarma, 1AV Marc Seguin, St Vallier Sur Rhone, F-26240, Phone:(0) 475034040. The OEM for Line Items 40, 58, and 70 is (F0224) Simmonds SA Fairchild Fastners, Fairchild Fasterners St. Cosme, 9R Des Des Cressonnieres, F-72580, Phone:(0) 243314100. The OEM for Line Item 45 is (F0110) Afnor Association Francaise De Normalisation, Phone: (0)141628000. The OEM for Line Item 60 is (F0188) Blanc Aero Industries, Tour Gamma A 193 R De Bercy, Paris Cedex 12, F-75582, France, (0) 144678585. The OEM for Line Item 62 is (F0083) Hurel Hispano Meudon, 13 A 21 Av Du Mal Juin, Meudon La Foret, France, F-92360, Phone: (0) 146011111. The OEM for Line Item 64 is (F0235) Shamban Impervia, 101 R ST. Martin, Conde Sur Noireau, F-14110, France, Phone: (0)231591010. The OEM for Line Item 82 is (F0216 replaced by F0423) Magneti Marreli France SA, 19 R Lavosier, Nanterre, F-92000, France, Phone: (0) 147297000. 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 320 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 1-27, 82 and 83 must be individually packed in a separate box; suitable for shipment via land, air, or sea. Bulk packaging of Items 28-81 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. Bar coding is authorized, however not mandatory. AOG situations require highly visible lettering on the outside of the container. Items 6,10,11,14,18,22,27,37,43,45,49,60,66,75,78,82, and 83 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 1 September 2003. Closing date and time for receipt of offers is 4 PM Eastern Time on 13 August 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
SN00399256-W 20030815/030813213104 (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.