Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2004 FBO #0950
SOLICITATION NOTICE

16 -- ROTORTURNER BASIC KIT

Notice Date
7/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device 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-500027
 
Response Due
7/16/2004
 
Archive Date
7/31/2004
 
Point of Contact
Darlene Tucker, 130J Contract Specialist, Phone 252-335-6204, Fax 252-335-6452, - Constance Cox, EISD Contracting Officer, Phone 252-335-6011, Fax 252-335-6849,
 
E-Mail Address
DHTucker@arsc.uscg.mil, CCox@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-500027 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 334519 and the small business size standard is 500 employees. This is an unrestricted procurement (not a small business set-aside). The USCG intends to negotiate only with Helitune, Inc., 256 Long Point Road, Hague, VA 22469-0128 on a sole source basis for the purchase of the following: ITEM 1: NSN: 1560-01-HS1-6014, P/N HRT5JS, Qty 2 Each, Nomenclature: ROTORTUNER BASIC KIT. Each RT5 JS+ Base Kit comprised of the following equipment: P/N 007910 Data Management Unit (DMU); P/N 007921 Operator Console (OC); P/N 007999 Green Box-Internal Mod for 5208 Jbox; P/N 900015 Base Lid & Handle-Empty New Green Box; P/N 007972 Cable, DMU-Camera (3.5m); P/N 007907 Camera; P/N 005208 Junction Box; P/N 007926 Cable, DMU-Console; P/N 005380 Cable, DMU Junction Box (Long) No Dust Caps; P/N 007927 Cable, DMU Junction Box (Short); P/N 007976 Cable, DMU 28V (3.5m); P/N 361017 Blue Box for Accelerometers (8 accels). 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 and transshipment to Coast Guard units without repacking or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Labeling shall include the appropriate Part Number, Nomenclature, Quantity, 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. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Bar coding is not required. The contractor shall furnish a Certificate of Conformance in accordance with Federal Acquisition Regulations (FAR) clause 52.246-15. Certificate of Conformance must be submitted in the format specified in the clause. All items are to be delivered to Commanding Officer, U.S. Coast Guard Aircraft Repair and Supply Center, Receiving Bldg 63, Elizabeth City NC 27909. Inspection and acceptance of material shall be performed by the USCG Receiving personnel. Items delivered shall be new material. Reconditioned/used material is not acceptable. Closing date for receipt of quotes is 16 July 2004, 4:00 p.m. EST. 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 Darlene Tucker (252) 334-6204, e-mail dhtucker@apoecity.uscg.mil or mail Darlene Tucker, Contract Specialist, 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) 335-6452. 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, past performance, price and delivery, with technical acceptability and past performance being significantly more important than price. 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 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (June 2003), Code of Federal Regulations 3CFR 13101, Sec 101 & Sec 505. 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 52.211-15 Defense Priority and Allocation Requirements (Sept 1990), FAR 52.211-17 Delivery of Excess Quantities (Sept 1989). FAR 52.225-2 Buy American Act Certificate (JUN 2003), FAR 52.246-2 Inspection of Supplies ? Fixed Price (AUG 1996), FAR 52.247-32 F.o.b. Origin, Freight Prepaid, FAR 52.247-34 F.o.b. Destination, 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.dhs.gov/dhspublic/display?theme=37&content=3607; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 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 (JAN 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 52.225-1 Buy American Act-Supplies (JUNE 2003)(41 U.S.C. 10a-10d), 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 dhtucker@apoecity.uscg.mil or by calling the agency. NOTICE FOR FILING AGENCY PROTESTS. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external form. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington D.C. 20593 Telephone (202) 267-2285 Fax: (202) 267-4011.
 
Record
SN00613530-W 20040703/040701211553 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.