Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

58 -- Radio Navigation Equipment Airborne - FSC 5826

Notice Date
4/16/2003
 
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-100037
 
Response Due
4/25/2003
 
Point of Contact
Denise Hall, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
DHall@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 DTCG38-03-Q-100037 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. The North American Industry Classification System (NAICS) code is 334511 and the small business size standard is 750 employees. This is an unrestricted procurement. The US Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to award a firm fixed price purchase order to Original Equipment Manufacturer (OEM) Raytheon Information Systems,(Cage 5R497) using simplified acquisition procedures to purchase the following material which will be furnished as government furnished property used to repair sensor equipment under contract DTCG23-00-C-EA9160. This material will be owned by the U.S. Coast Guard and will be dispositioned upon expiration or termination of contract DTCG2-00-C-EA9160. The material shall be stored at Raytheon for use in repair of failed units of the Raytheon Oasis system: CLIN 1: Semb/Control Panel P/N 200088-004; Quantity 1 Each; CLIN 2: 24 Volt Power Supply, PN# 200096-001, Quantity 1 Each; CLIN 3: Power Supply 1Phase, PN# 200180-001, Quantity 1 Each; CLIN 4: 24 Volt Fans, PN# 200113-001, Quantity 1 Each; CLIN 5: Hard Disk Drive CCA, PN# 200062-002, Quantity 1 Each; CLIN 6: Floppy Disk Drive, PN# 200053-001, Quantity 1 Each; CLIN 7: Floppy Disk CCA PN# 200089-001 Quantity 1 Each; CLIN 8: VME Backplane PN# 100191-001 Quantity 1 Each; CLIN 9: EMI Filter PN# 700005-002 Quantity 1 Each; CLIN 10: Circuit Breaker PN# 600086-001 Quantity 1 Each; CLIN 11: CD ROM SCSI PN# 20010-001 Quantity 1 Each; CLIN 12: Cable Assy AC Inpu. PN# 200130-001 Quantity 1 Each; CLIN 13: Cable Assy, Semb PO PN# 700138-001; CLIN 14: Cable Assy, Semb Vol. PN# 700133-001 Quantity1 Each; CLIN 15: Cable Assy Printer PN# 200467-001 Quantity 1 Each; CLIN 16: Cable Assy Trackba. PN# 200405-001; CLIN 17: Cable Assy Printer PN# 200129-001; CLIN 18: Cable Assy Keyboard PN# 200401-001 Quantity 1 Each; CLIN 19: Cable Assy Drive PN# 700125-001 Quantity 1 Each; CLIN 20: Cable Assy DC Dist. PN# 700126-001 Quantity 1 Each; CLIN 21: Cable Assy Video PN# 200403-001 Quantity 1 each; CLIN 22: Cable Assy NTSC VI PN# 200133-001 Quantity 1 Each; CLIN 23: Cable Assy NTSC VI PN# 200134-001 Quantity 1 Each; CLIN 24: Cable Assy OTCIXS PN# 200407-001 Quantity 1 Each; CLIN 25: Cable Assy ISAR/GP PN# 200444-001 Quantity 1 each; CLIN 26: Cable Assy ODS Hard, PN# 200413-001 Quantity 1 Each; CLIN 27: Cable Assy MCU Dat. PN# 200408-001 Quantity 1 each; CLIN 28: Cable Assy ODS FLO PN# 200413-001 Quantity 1 Each; CLIN 29: Cable Assy 1553 BU PN# 200410-001 Quantity 1 Each; CLIN 30: Cable Assy VIdeo PN# 200415-001 Quantity 1 Each; CLIN 31: Cable Assy Fan/Tem. PN# 700131-001 Quantity 1 Each; CLIN 32: Cable Assy Interna. PN# 700056-001 Quantity 1 each; CLIN 33: Cable Assy Floppy PN# 700057-001 Quantity 1 Each; CLIN 34: Cable Assy DC Hard PN# 700058-001 PN# 1 Each; CLIN 35: Cable Assy Floppy D, PN# 700136-001 Quantity 1 Each; CLIN 36: Hard Drive Canister PN# 200052-003 Quantity 2 Each; CLIN 37: Floppy Disk Drive PN# 300016-001 Quantity 1 Each; CLIN 38: VP7-6U VME-64 PC, PN# VP74221-POAC Quantity 1 Each; CLIN 39: ASF 1553 PMC-1, PN# ASF-PMC-1 Quantity 1 Each; CLIN 40: RGB View 6000 W/2, PN# RGB6000-2 Quantity 1 Each; CLIN 41: PCI Expansion Module PN# PMC237C-006 Quantity 1 Each; CLIN 42: QSIO Serial VME Car. PN# PMC-QSIO Quantity 1 Each; CLIN 43: Custom VME Module PN# 4031975-01 Quantity 1 Each; CLIN 44: 422 Converter Comp. PN# 422CEC Quantity 1 Each; CLIN 45: 4 GB Hard Disk Drive PN# ST34573N Quantity 2 Each; CLIN 46: Hard Drive PN# ST34573N Quantity 9 Each; CLIN 47: Hard Drive Canister PN# 200052-003 Quantity 9 Each; CLIN 48: Assemble and Format Quantity 1 Each. This requirement is used in support of the US Coast Guard HU25 Falcon Aircraft. All Items are to be delivered to Raytheon Information Systems, 16800 E. Centertech Parkway, Aurora CO 80011-9046. The Coast Guard does not own nor can it obtain specifications, drawings, plans or other technical data for this material. Requests for drawings will be disregarded. Inspection and acceptance of material shall be performed by Raytheon Aurora's government approved system and acceptance procedures. Material flagged as requiring formal acceptance shall be routed to the Raytheon Acceptance division which shall generate the formal entries in the USCG JAMIS records system and forwarded to Raytheon TDS for testing to ensure acceptance. Rathyeon shall provide a copy of this report to the Government. Once Raytheon TDS indicates acceptance the information will be updated in the USCG Aircraft Repair and Supply Center material tracking system and the parts will be released to Inventory Control for storage. Ratheon shall provide all storage in a bonded stock room at their facility. Desired delivery is 15 Aug 2003. Required delivery is 15 Aug 2003. Packaging and marking: There are no special packaging requirements – Best Commercial Practice is acceptable. All responsible sources may submit an offer which shall be considered by the agency. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions 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 (July 2002) to include Alt I (Apr 2002). These certifications must be included with quote and can be downloaded from FedBizOps. with this RFQ. FAR 52.212-4 Contract Terms and Conditions –Commercial Items (Feb 2002)) with the following addenda: FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984); 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/; (End of clause) FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders –Commercial Items (Apr 2003); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (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 (38U.S.C. 4212), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129) FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31U.S.C.3332); 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. FAR 52.211-15 Notice of Priority Rating for National Defense Use (Sep 1990) D0-A1 rated. 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, FOB Shipping terms including shipping costs for FOB Origin quotes, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2002) of copies can be obtained by calling the Agency or by downloading the document from FedBizOps as posted under this solicitation. The closing date and time for receipt of offers is 25 Apr 2003, 4:15 PM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (252) 334-5427 or E-mailed to dhall@arsc.uscg.mil. Contact Denise Hall at (252) 335-6143 for questions regarding this solicitation. See Note 12. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-APR-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-MAY-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/DTCG38-03-Q-100037/listing.html)
 
Place of Performance
Address: 16800 E. Centertech Parkway, Aurora CO
Zip Code: 8001-9046
Country: United States
 
Record
SN00587442-F 20040519/040517213150 (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.