Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOLICITATION NOTICE

16 -- Procurement of HU25 Falcon Various Aircraft Components

Notice Date
2/17/2005
 
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, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-05-Q-101018
 
Response Due
3/4/2005
 
Archive Date
3/19/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This Request for Quotation (DTCG38-05-Q-101018) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-27. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract. The award will be in accordance with FAR 6.302-1. The USCG intends to negotiate and award to an authorized OEM (Original Equipment Manufacturer) or a responsible contractor who can provide a COC (Certificate of Conformance) with traceability to the OEM for the purchase of the following 59 line items. Traceability means that the Awardee must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. CLIN NSN P/N Nomenclature QTY 1 1560-14-477-2093 MY20147-312-15 BRUSH 3 2 1560-14-411-4326 MY2013120G01 FENCE 1 3 1560-14-514-7351 FGFB331075A1 PIN ASSY 1 4 1680-14-452-4049 MY20331-76-1 FITTING SWIVEL 2 5 5306-14-375-4068 C1-50369 PIN, SHOULDER, HEADED 1 6 5325-14-372-7214 H2932-1-169 RECEPTACLE, TURNLOCK 2 7 3040-14-473-3255 MY20175-16810-2CONNECTING, LINK RIG 2 8 1560-14-40-0113 1706A INSULATION BLANKET 5 9 5340-14-518-2881 MY20295-07811 END FITTING 20 10 5315-4-452-6703 C4979-1 FINGER 1 11 4710-01-HS1-5472 MY207267G04 TUBEING, PNEUMATIC 2 12 5310-14-478-0997 M20H5530485-515NUT TAILCONE 25 13 1560-14-410-0114 1707 INSULATION BLANKET 2 14 1560-14-410-0115 1708 INSULATION BLANKET 2 15 1560-14-411-4184 553-0480-161 COVER, ACCESS 2 16 1560-14-411-4205 553-0481-511 FITTING STOP 2 17 5305-04-411-4185 M20H5530507-501 BOLT, ENGINE MOUNT 10 18 5315-14-373-2940 A22950-322 PIN NLG TELESCO BAR 2 19 6350-14-378-7149 B200 PYLON FIRE DET L/R 20 20 1680-14-425-1521 CG2079450 ACTUATOR CONTROL 4 21 5930-14-369-4759 16-455 SWITCH, PUSH 5 22 5340-4-518-2880 MY20295-07815 END FITTING 10 23 5340-14-452-4051 MY2077101520G01 CLEVIS, ROD END 2 24 5305-01-HS1-6209 22258BE060008LE SCREW 275 25 5305-01-HS1-6211 22258BE060012LE SCREW 55 26 5325-14-200-9983 23202AM0280T RING, RETAINING 30 27 5330-14-202-4990 88022-12-4 GASKET 25 28 3120-14-214-2223 GLD8-16 BEARING, PLAIN 60 29 5305-14-247-9942 22140BC040006L SCREW 100 30 1650-14-271-0394 G8237 FILTER 7 31 5310-14-290-4364 5GAL06NYLSTOP NUT, SELF-LOCKING, PL 250 32 5310-14-307-6854 6TA10CC NUT 30 33 5305-14-335-4891 38390BE060007ME SCREW,CLOSE TOLERAN 3850 34 5306-14-337-2453 F10A793006 PIN 2 35 1680-14-349-4903 00-0536 CORE- FLEXIBLE SHAFT 8 36 5306-14-369-3471 2220BE050005ME BOLT, CLOSE TOLERAN 110 37 5305-14-369-3513 3939-60-26BEM SCREW, CLOSE TOLERAN 80 38 5305-14-369-3515 3939-60-28BEM SCREW, CLOSE TOLERAN 135 39 5305-14-369-3514 38390BE060017ME SCREW, CLOSE TOLERAN 130 40 5310-14-370-1519 MY20380-001 WASHER, RECESSED 70 41 1560-14-370-1621 MY20295-07821 CORD ASSEMBLY, ELAST 25 42 5935-14-373-3085 720 SOCKET ASSY 20 43 5330-14-383-1912 MY207271305G02 GASKET 20 44 5305-14-391-9739 NAS517C3-4 SCREW 310 45 1560-14-392-5989 MY20311-28 DOOR 5 46 5965-14-400-7916 MY20215-002 HOLDER, MICROPHONE 11 47 5305-14-405-6663 MY20001-141-3M1 BOLT 35 48 5305-14-411-4106 MY2077122510G01 SCREW 55 49 5365-14-411-4210 M20H5530523-511 SPACER, SLEEVE 12 50 5305-14-412-2390 22168BE060022M BOLT, CLOSE TOLERAN 70 51 5306-14-427-5823 22201BE052010L SCREW 60 52 5306-14-451-2599 MY20001-1423M1 SCREW 80 53 5310-14-473-3290 CR4368 NUT, SELF-LOCKING, PL 35 54 1560-14-475-1779 MY20295-07817 END FITTING 25 55 5331-14-510-8868 R07010X1000/21A7 PACKING PREFORMED 2 56 5306-14-514-7798 22201TX083009XA SCREW 11 57 5315-14-346-9346 HMBC040030TLE PIN, TAPERED,PLAIN 30 58 5945-14-287-9569 100CC01A RELAY, ELECTROMAGNET 7 59 5306-14-372-7975 71S0802904 BOLT, CLEVIS 30 ITEMS 4, 5, 15, 17, 28, 45, 50, 57, and 59 ARE ALL FLIGHT CRITICAL ITEMS The OEM for Item 57 is (F0110) Afnor Association Franceise De Normalisation, 11 Av Francis De Pressense, St Denis La Plaine Cedex F-92571, France, Phone: (0) 141628000, and Fax: (0) 149179000. The OEM for Items 24, 25, 26, 29, 36, and 50 is (F0111) BNAE Bureau De Normalisation De L?Aeronautique Et De L?Esp, Technopolis 54 199 R Jean-Jacques Rousseau,. Issy Les Moulineaux F-92138, France, Phone: (0) 147657000, and FAX: (0) 146629800. The OEM for Item 19 is (F0180) L'Hotellier Ets Louissa, 4 R Henri Poincare, Antony F-92160, France. The OEM for Item 58 is (F0214) ECE L?Equipement Et La Construction Electrique SA, 129 BD Davout, BP 113, Paris F-75020, France, Phone: (0) 156061000, and FAX: (0) 156041010. The OEM for Item 46 is (F0215), Espa, 2 R De Balzac, Paris F-75008, France. The OEM for Items 6 and 28 is (F0222) Sarma, 1 Av Marc Seguin, BP 29, ST Vallier Sur Rhone F-26240, France. The OEM for Item 32 is (F0224), Simmonds Sa Fairchild Fasteners St C, 9 R Des Cressonnieres, ST Cosme En Vairais F-72110, France. The OEM for 55 is (F0229) Joint Francais Le LJF Groupe Huthcinson, 2 R Balzac, Paris 8 F-75008, France Phone: (0) 134233423. The OEM for 35 is (F0465) Sicma Aero Seat, 7 R Lucien Coupet, Issoudun F-36100, France. The OEM for Item 42 is (F0552), Bac Ste Sa, 6 BD Pierre Lefaucheux, Le Mans F-72000, France, Phone: (0) 243614545. The OEM for Item 21 is (F1688) Goodrich Actuation Systems,106 R. Fourny, Buc F-78530, France, Phone: (0) 139205200, and Fax: (0) 139205299. The OEM for Items 8, 13, and 14 is (F2538), Jehier, Rte De St Lezin, BP 29,Chemille F-49120, France, Phone: (0) 241645400. The OEM for Item 59 is (F5142) Dassault Equipments Div De Dassault Aviation, 9 RP Champs Elysees Marcel Dassault, Paris F-75008, France, Phone: (0) 153769300. The OEM for Items 1-4, 7, 9, 11, 12, 15-17, 20, 22, 23, 33, 34, 37-41, 43-45, 47-49, 51-54, and 56 is (F6117) Dassault Aviation, 9 RP Champs Elysees Marcel Dassault, Paris F-75008, France, Phone: (0) 153769300. The OEM for Items 5, 10, 18, 27, and 30 is (F6137) Messier Bugatti SA, Za Louis Breguet, BP 40, Felizy Villacoublay F-78140, France, Phone: (0) 146298100, and FAX: (0) 140830200. Pricing shall reflect any quantity discount. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Desired Delivery is 180 days after receipt of contract and Required Delivery is 240 days after receipt of contract. Items delivered under this contract shall be new material. Reconditioned/Used Material is not acceptable. F.O.B.Point shall be F.O.B destination. Each piece of equipment shall be packaged in accordance with ASTMD 3951-98 dated 10 Nov 98 to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Material shall be marked in accordance with ASTMD 3951-98 dated 10 Nov 98. Items 1 through 23 must be individually packed in a separate box; suitable for shipment via land, air, or sea. Bulk packaging of Items 24 through 59 is acceptable as long as the packaging is sufficient to prevent damage during shipment, handling, and storage. Each package shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of one year. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Bar coding is authorized, however not mandatory. AOG situations require highly visible lettering on the outside of the container. Items 4, 5, 15, 17, 28, 45, 50, 57, and 59 are deemed flight critical in USCG missions. Inspection and Acceptance for Items 4, 5, 15, 17, 28,45, 50, 57, and 59 shall be performed by ARSC Quality Assurance Personnel. For the remaining items, Inspection shall be performed by Certificate of Conformance (COC) and acceptance of material shall be performed by ARSC Receiving at destination. These parts are for use on the HU25 Falcon aircraft. All responsible sources may submit an offer that will be considered. Offerors shall be able to provide necessary certification including traceability to the OEM to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: 52.212-1 Instructions to Offerors- Commercial Items (Jan 2005); 52.212-2 Evaluation- Commercial Items (Jan 1999), award will be made utilizing the following factors, in descending order of importance, capability of the item to meet the Governments requirement, price and past performance. 52.212-3 Offeror Representations and Certifications - Commercial Items (Jan 2005) Alternate I (Apr 2002) Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions- Commercial Items (Oct 2003) ADDENDUM 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.215.20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) Alternate IV (Oct 1997) (a) Submission of Cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. 52.246-2 Inspection of Supplies- Fixed Price (Aug 1996) 52.246-15 Certificate of Conformance (Apr 1984). 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998). The full text of the clause may be accessed electronically at Internet address www.arnet.gov/far/ (End of Clause) HSAR3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES [DEC 2003] (a) Prohibitions. Section 835 of Public Law 107?296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting ?more than 50 percent? for ?at least 80 percent? each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, Public Law 107?296, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)? (1) The entity completes after November 25, 2002, the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held? (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, Public Law 107?296. (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is after the date of enactment of this Act and which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purpose of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of Public Law 107?296 to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) Warrants; (ii) Options; (iii) Contracts to acquire stock; (iv) Convertible debt instruments; (v) Others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of section 835. (f) Disclosure. By signing and submitting its offer, an offeror under this solicitation represents that it not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of Section 835 of the Homeland Security Act, Public Law 107?296 of November 25, 2002. (g) If a waiver has been granted, a copy of the approved waiver shall be attached to the bid or proposal. HSAR 3052.247-72 F.O.B. Destination Only [DEC 2003] (End of clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Jan 2005) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 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). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 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). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (End of Clause) 52.211-15, Defense Priority and Allocation Requirements (Sep 1990) Anticipated award date is no later than 22 April 2005. Closing date and time for receipt of offers is 4 PM Eastern Time on 4 March 2005. PROPOSALS ARE TO REMAIN EFFECTIVE FOR 60 DAYS AFTER CLOSE OF SOLICITATION. Facsimile offers are acceptable and may be forwarded to 252-334-5427, Attention Caryn McGraw. Electronic submissions may be sent to cmcgraw @arsc.uscg.mil. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I. All offerors submitting a quote shall have a valid Vendor Cage Code, Dun & Bradstreet Number (DUNS) or the ability to get one, and MUST be actively registered in the Central Contractor Registration (CCR) throughout the award of the contract. Enclosure (1) to COMDTINST 4200.14 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 forum. 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, and 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 refilling 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
 
Place of Performance
Address: Unknown
 
Record
SN00753381-W 20050219/050217211527 (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.