Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

58 -- 58-Communication, detection, and radiation equipment

Notice Date
9/11/2003
 
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, EISD or Support Procurement Building 79, 75, 79, 78, 78 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-03-Q-100058
 
Response Due
9/19/2003
 
Archive Date
10/4/2003
 
Point of Contact
Damian Krull, HU25 Contract Specialist, Phone 252-334-5410, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
DCKrull@arsc.uscg.mil, LHudson@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 Request for Quotation (DTCG38-03-Q-100058) 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 a purchase order to Specmat Technologies, Inc., 215 Duavant Drive, Rockford, TN 37853-7853, Phone: (865) 609-1411, for the following item: Clin QTY Part Number Description NSN 1 24 15-503-155 Emergency Locator Transmitter Kit N/A CONSISITING OF: P/N 503-1 Emergency Transmitter Locator, P/N 503-4 Remote Controller, P/N503-7-3 G-Switch w/Integral AIRINC 429 interface, P/N A0637-1 ELT Mounting Tray, P/N 10-141-19 Combined VHF (FM) plus 2-Frequency ELT Antenna. Components must comply with the following Statement of Requirement (SOR) - ELT system (i.e. ELT, fixed tray, controller, three (3) axis Gravity (G) Switch rated at six (6) ?G?s, connectors, and combination VHF/FM/ELT antenna). The ELT shall offer a full range of frequencies transmitting as 121.5 MHz, 243 MHz and 406.025 MHz with capabilities of transmitting last known Global Positioning Sensor (GPS) coordinates, which can be acquired from AIRINC 429 interface. The ELT shall be self-programming for aircraft identification data enabling the ELT to be cannibalized from aircraft to aircraft. ELT battery chemistry shall be Lithium Dioxide cells and service life at a minimum shall be five (5) years storage. Continuous battery operating life for the ELT transmitter shall be 24 hours at 121.5 MHz, 243 MHz and 403.025 MHz and a minimum of a further operating life of 24 hours at 121.5 MHz and 243 MHz. The ?G? switch battery if applicable shall be rechargeable and have a storage life of five (5) and an installed life of 2.5 years at a minimum. The proposed ELT shall comply with the following directives; COSPAS/SARSAR C/ST.001, EUROCAE ED-62/RTCA DO-204, EUROCAE ED-14C/RTCA DO-160C, CAP 208, TSO C-126, and TSO C91A Aircraft Radio Equipment Issue 2 January 1991,Volume 1, Part 10. 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 120 days after receipt of contract and required delivery is 180 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. Item 1 must be individually packaged in a separate box; suitable for shipment via land, air, or sea. 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. Inspection shall be performed by ARSC Receiving Personnel and acceptance shall be performed by ARSC Receiving Personnel. 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 (JUL 2003); 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 minimum requirement, price and past performance. 52.212-3 Offeror Representations and Certifications - Commercial Items (JUN 2003) 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); 52-247-34 F. O. B. Destination (NOV 1991) 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 (JUN 2003) 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995) Alternate I (OCT 1995) (41.U.S.C. 253g and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns (OCT 2000) (15 U.S.C. 637(d)(2) and (3)) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222.19 Child Labor ? Cooperation with Authorities and Remedies (SEP 2002) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246) 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) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212) 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 26 September 2003. Closing date and time for receipt of offers is 4 PM Eastern Time on 19 September 2003. 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
SN00431803-W 20030913/030911213021 (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.