Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
SOLICITATION NOTICE

16 -- Hoist Control

Notice Date
3/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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-200013
 
Response Due
3/18/2004
 
Archive Date
4/2/2004
 
Point of Contact
Sherri Roche, HH65 Contract Specialist (CWO), Phone 252-334-5472, Fax 252-334-5240, - Elissa Gill, HH65 Contracting Officer, Phone 252-335-6141, Fax 252-334-5240,
 
E-Mail Address
SRoche@arsc.uscg.mil, EGill@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; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-04-Q-200013 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted solicitation. The USCG plans to negotiate only with Transtechnology Corporation, Breeze-Eastern. The Coast Guard does not own, nor can it provide drawings or specifications for these items. Award will be made to the lowest priced, technically acceptable responsible offeror for each base line item and its respective option line items. Line items will be evaluated by multiplying the unit price by the estimated quantity to determine a total estimated price. The base price for each line item will be added to the total estimated price of each respective option line item to determine the evaluated line item price. Award of an indefinite delivery requirements-type contract is anticipated. The requirement consists of the following items utilized on the HH65 Coast Guard aircraft. BASE YEAR CLIN 1, 5985-01-365-3379, AFT CONTROL ASSY, P/N 13548-2, 8 EA; CLIN 2, 1680-00-405-8615, DRUM, SPIDER ASSY, P/N BL6232, 10 EA; CLIN 3, 1680-01-223-9523, HARNESS ASSEMBLY, P/N BL-7726-1, 1 EA; CLIN 4, 1680-01-HS1-4539, GUIDE, CABLE, P/N BL-6332, 1 EA; CLIN 5, 5935-01-429-3257, RECEPTACLE ASSEMBLY, P/N 22111-1, 1 EA; CLIN 6, 1680-01-HS1-2265, HOLDER, P/N 12714-2, 1 EA; CLIN 7, 1680-01-446-2189, HANDLE ASSY, P/N 22153-1, 5 EA; CLIN 8, 5310-01-HS1-2266, DRUM, SPIDER ASSY, P/N 11550-1, 1 EA; CLIN 9, 1560-01-131-7596, COVER ACCESS, P/N BL11373-1, 10 EA; CLIN 10, 1680-01-HS1-5979, KIT, HOIST, P/N-KT369, 20 EA; CLIN 11, 5305-01-HS1-2782, SET, SCREW, P/N BL-4721, 10 EA; CLIN 12, 7690-01-262-0071, Marker, Identification, P/N BL9451, 20, EA; CLIN 13, 1560-01-226-9162, Cover , Access, P/N BL11372-1, 1 EA; CLIN 14, 4030-01-419-5282, Hoist HK/BMPR Assy, P/N BL-10707, 2, EA; CLIN 15, 4030-01-454-0269, Hook, Cargo, P/N 17149-2, 20, EA; CLIN 16, 1377-01-156-7472, Kit, Pressure CARTRI, P/N-11140-1, 20, EA; CLIN 17, 1680-01-217-5780 Cable Assy, Mech, 14479-1, 5 EA. A PROPOSAL TO INCLUDE THE BASE YEAR AND TWO 12-MONTH OPTION PERIODS IS REQUIRED. Drawings or specifications are not available, and cannot be furnished by the Government. Required delivery is 300 calendar days after date of order; however, earlier deliveries are desired and acceptable. Deliver to USCG Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, North Carolina, 27909-5001. 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 National Stock Number, Part Number, Nomenclature, Quantity, Purchase Order and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Bar coding is not required. The contractor shall furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. Certificate of Conformance must be submitted in the format specified in the clause. Final acceptance shall be at destination. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004) with the following included by Addendum: 52.211-14 Notice of Priority Rating for National Defense Use (Sept 1990); FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Jan 2004) -Offeror shall include a completed copy of this provision with their offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) with the following included by addendum: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), also the full text of a clause may be accessed electronically at this Internet address: www.deskbook.osd.mil, 52.211-15 Defense Priority and Allocation Requirements (Sept 1990), 52.211-17 Delivery of Excess Quantities (Sept 1989), 52.247-34 F.O.B. Destination (Nov 1991); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2004) (b) (1), (7), (8), (13)-(19), (21), (24) and (29). The Defense Priorities and Allocations System assigned rating is DO-A1. The closing date and time for receipt of offers is March 18, 2004 at 3:00 P.M. local time. Facsimile and E-mail quotes are acceptable and may be faxed to (252) 334-5240 or E-mailed to sroche@arsc.uscg.mil. Contact Sherri Roche at (252) 334-5472 for questions regarding this solicitation. All responsible sources may submit an offer, which will be considered. Offers may be submitted on company letterhead stationery indicating the National Stock Number, Nomenclature, Part Number and Unit Price.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/DTCG38-04-Q-200013/listing.html)
 
Place of Performance
Address: N/A
 
Record
SN00536222-F 20040305/040303231319 (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.