Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

17 -- Tow Truck, Aircraft, Towbarless, Electric Drive

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-04-Q-500026
 
Response Due
7/16/2004
 
Archive Date
7/31/2004
 
Point of Contact
Denise Hall, EISD Purchasing Agent, Phone 252-334-5323, Fax 252-335-6849,
 
E-Mail Address
DHall@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 document will not be issued. HSCG38-04-Q-500026 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 01-24. The applicable NAICS number is 333925 and the small business size standard is 750 employees. This is an unrestricted procurement. The U.S. Coast Guard is soliciting quotes for the purchase of the following equipment: ITEM 1: Tow Tractor, Aircraft, Low Profile, for use at Coast Guard Air Station Washington DC, Ronald Reagan Airport. Tractor must be electrically driven, capable of towing an aircraft weighing up to 120,000 pounds (specifically Gulfstream G-5 and G-1 aircraft), be of a towbarless design, overall operating height less than 38 inches, includes battery charger and its installation at the Coast Guard site. All equipment setup and operational checks to be completed onsite, CGAS Air Station Washington DC, by manufacturer prior to Coast Guard acceptance of equipment. Operator and maintenance training for 12 Coast Guard personnel to be provided upon delivery of unit. Drawings are not available and cannot be furnished by the U.S. Coast Guard. Packaging, Packing and preservation shall be in accordance with best commercial practices to enable shipment to destination. Item shall be individually packaged and labeled. Labeling shall include the appropriate Part Number, Nomenclature, Purchase Order Number, 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. Internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Bar coding is not required. DELIVERY INSTRUCTIONS: Equipment shall be delivered to USCG Air Station Washington, National Airport, Hangar 6, Washington DC 20001. Inspection and acceptance of material shall be performed by the USCG Receiving personnel at USCG Air Station Washington . The Closing Date for receipt of quotes is 16 July 2004, 2:00 p.m. EDST. Quotes may be F.o.b Destination or F.o.b. Origin, freight prepaid. F.o.b. Origin quotes must include shipping costs to be considered responsive. For information regarding this request for quotation contact Denise Hall (252) 334-5323, 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. 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 (JAN 2004), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the offeror(s) 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 (JAN 2004) Offerors shall include a completed copy of this provision with offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003) with the following addenda: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999), FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.225-4 Buy American Act ? Free Trade Agreements-Israeli Trade Act Certificate (JAN 2004), FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (APR 1984), FAR 52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998) and FAR 52.252-2 Clauses Incorporated by reference (Feb 1998) Full text may be accessed electronically at internet address www.arnet.gov/far Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (DEC 2003) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html ; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2004)(a) (b), FAR 52.222-3 Convict Labor (JUNE 2003)(E.O. 11755), FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JUN 2004)(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 Disabled 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, Veterans of the Era, and Other Eligible Veterans (DEC 2001)( 38 U.S.C. 4212), FAR 52.225-3 Buy American Act?Free Trade Agreement-Israeli Trade Act (Jan 2004)(41U.S.C.10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pul.L. 108-77, 1-8-78); FAR 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). Quotes may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part Number, NSN, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2004) 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.
 
Record
SN00609201-W 20040626/040624211559 (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.