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
SOLICITATION NOTICE

66 -- Safety Igniter Testers

Notice Date
8/13/2003
 
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-500010
 
Response Due
8/25/2003
 
Archive Date
9/19/2003
 
Point of Contact
Denise Hall, EISD Purchasing Agent, Phone 252-334-5323, Fax 252-335-6849,
 
E-Mail Address
DHall@arsc.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
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, quotes are being requested and a written document will not be issued. DTCG38-03-Q-500101 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-15. The applicable NAICS number is 334515 and the small business size standard is 500 employees. This procurement is a Small Business Set-aside. The U.S. Coast Guard intends to solicit and negotiate with only Amtech Research Corp., 9401 Claxton Dr., Austin, TX 78736 on a sole source basis, using simplified acquisition procedures to purchase the following: Item 1: AMPTEC 620A-4 Safety Igniter Testers with Dual Lead Sets and protective Carrying Case, PN# 620A-4, NSN: 6625-01-HS1-6151 Quantity 34 Each. Packaging, packing and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Labeling shall include the appropriate NSN, Part Number, Nomenclature, Quantity, Purchase Order and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. The internal packing material 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. Bar coding is not required. Quotes may be submitted F.o.b. Destination or F.o.b. Origin. F.o.b Origin quotes must include shipping costs. Items are to be delivered to U.S. Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909-5001. Inspection and acceptance of material shall be performed by USCG Aircraft Repair and Supply Center Receiving Personnel. Items delivered shall be new material. Reconditioned/used material is not acceptable. Drawings are not available and cannot by furnished by U.S. Coast Guard. Closing date for receipt of quotes is 25 August 2003 4PM ESDT. For information regarding this request for quotation, contact Denise Hall (252) 334-5323 or e-mail dhall@arsc.uscg.mil or mail Denise Hall, Purchasing Agent, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. Facsimile quotes are acceptable and may be faxed to (252) 335-6849. All responsible sources may submit an offer which shall be considered by the agency. Contractors must have valid Cage Codes and DUNS Numbers and be registered with CCR. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction 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 (JUN 2003) Offerors shall include a completed copy of this provision with offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2002) with the following addenda: 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.247-32 F.o.b. Origin, Freight Prepaid (Jun 1988), FAR 52.247-34 F.o.b. . Destination (NOV 1991), FAR 52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998) Full text may be accessed via internet address www.arnet.gov/far FAR 52.252-2 Clauses Incorporated by reference (Feb 1998) Full text may be accessed electronically at internet address www.arnet.gov/far FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2003)(a) (b), (5)(13-19), (22) (24), and (29). 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, F.o.b. Shipping Terms and must include the required FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (Jun 2003) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to dhall@arsc.uscg.mil or by calling the agency. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT) offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000 from DOT's Short-Term Lending Program(STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169 Internet address: http://osdbuweb.dot.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/DTCG38-03-Q-500010/listing.html)
 
Record
SN00400471-F 20030815/030813223404 (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.