Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2003 FBO #0708
SOLICITATION NOTICE

16 -- Purchase of Fan Blades(Jet Engine)

Notice Date
11/3/2003
 
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
DTCG38-04-Q-100004
 
Response Due
11/14/2003
 
Archive Date
11/29/2003
 
Point of Contact
James Lassiter, HU25 Contract Specialist, Phone 252-335-6143, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
JALassiter@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
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 and no other solicitation document will be issued. Request For Quotation (RFQ) number DTCG38-04-Q-100004 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. The US Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to award a firm fixed price purchase order using simplified acquisition procedures for the purchase of 10 each Fan Blade, PN: 3002906-9, NSN: 2840-01-HS1-2730. The North American Industry Classification System (NAICS) code is 336413 and the small business size standard is 1000 employees. This is an unrestricted procurement. All Items are to be delivered to US Coast Guard Aircraft and Repair Center, Bldg.63, Elizabeth City NC 27909. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this material. Request for drawings will be disregarded. FOB Destination offers are desired. FOB Origin offers must include shipping charges to be considered responsive. Inspection and acceptance of material shall be performed by the USCG Aircraft Repair and Supply Center Receiving personnel. The contractor shall provide a Certificate of Conformance (COC) and/ or an FAA Form 8130-3/8130-4 Airworthiness Approval Tag which shall be attached to each repaired component, a copy with the packaging slip and copy included in the invoice. Desired delivery is 45 days after receipt of material. Required delivery is 90 days after receipt of material. Packaging and marking: shall be in accordance with ASTMD 3951-98 approved Nov. 14, 1998, Commercial Packaging, Shipping and Storage Procedures. Note each part must be individually packed in a separate box suitable for shipment via air, land or sea to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Each individual container shall have a copy of the packing slip attached indicating the National Stock Number, Part number, Purchase Order Number, and quantity. Packaging Material shall not consist of popcorn, shredded paper, Styrofoam of any type of peanut packaging. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage period of one year. All responsible sources may submit an offer which shall be considered by the agency. Anticipated award date is 14 NOV. 2003. This date is approximate and not exact. All responsible sources may submit an offer which shall be considered by the agency. Sources should have a valid Cage Code and DUNS number or the ability to obtain one. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2003), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999)- award will be made to the Offeror proposing the best value to the Government considering price, delivery, and past performance., FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2003) to include Alt I (Apr 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (OCT 2003) with the following addendas: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated. FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Oct 2003). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer ? CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders ?Commercial Items (Oct 2003), FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (SEP 2002) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (APR 2002)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2003)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(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 (800) 532-1169, Internet address: http://osdbuweb.dot.gov. The Defense Priorities and Allocations Systems Rating is DO-A1. Quotes may be submitted on company letterhead stationary and must include the following information: Cost breakdown of parts and labor, Unit Price, Extended Price, Estimated Completion time frame, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2003) of copies can be obtained by calling the Agency or by downloading from the FedBizOps website. The closing date and time for receipt of offers is 14 NOV 2003 4:00 PM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (252) 334-5427 or E-mailed to jalassiter@arsc.uscg.mil Contact Jim Lassiter at (252) 335-6143 for questions regarding this solicitation.
 
Record
SN00463598-W 20031105/031103213025 (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.