Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

16 -- Spindle Assy.

Notice Date
8/19/2005
 
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-S00061
 
Response Due
8/31/2005
 
Archive Date
5/5/2006
 
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 (HSCG38-05-Q-S00061) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. 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) for repair of the following 26 Line Items. CLIN PART NUMBER SERIAL NUMBER NSN NOMENCLATURE QUANTITY 1 70102-28100-055 A263-00093 1615-01-HS1-4258 SPINDLE ASSEMBLY 1 2 70102-28100-055 A263-00190 1615-01-HS1-4258 SPINDLE ASSEMBLY 1 3 70102-28100-055 A263-00148 1615-01-HS1-4258 SPINDLE ASSEMBLY 1 4 70102-28100-056 003N-1763 1615-01-HS1-4259 SPINDLE ASSEMBLY 1 5 70102-28100-056 A264-00324 1615-01-HS1-4259 SPINDLE ASSEMBLY 1 6 70102-28100-056 D264-00675 1615-01-HS1-4259 SPINDLE ASSEMBLY 1 7 70102-28100-056 D264-00416 1615-01-HS1-4259 SPINDLE ASSEMBLY 1 8 70102-28100-056 003N-1856 1615-01-HS1-4259 SPINDLE ASSEMBLY 1 9 70102-28100-056 901N1048 1615-01-HS1-4259 SPINDLE ASSEMBLY 1 10 70102-28100-054 003N-1597 1615-01-HS1-4256 SPINDLE ASSEMBLY 1 11 70102-28100-054 D262-00644 1615-01-HS1-4256 SPINDLE ASSEMBLY 1 12 70102-28100-054 A262-00106 1615-01-HS1-4256 SPINDLE ASSEMBLY 1 13 70102-28100-054 003N-1899 1615-01-HS1-4256 SPINDLE ASSEMBLY 1 14 70102-28100-054 901N-1016 1615-01-HS1-4256 SPINDLE ASSEMBLY 1 15 70102-28100-053 003N-1822 1615-01-HS1-4257 SPINDLE ASSEMBLY 1 16 70102-28100-053 A261-00431 1615-01-HS1-4257 SPINDLE ASSEMBLY 1 17 70102-28100-053 A261-00197 1615-01-HS1-4257 SPINDLE ASSEMBLY 1 18 70102-28100-053 A261-00164 1615-01-HS1-4257 SPINDLE ASSEMBLY 1 19 70102-28100-053 A261-00107 1615-01-HS1-4257 SPINDLE ASSEMBLY 1 20 70102-28100-053 D261-00177 1615-01-HS1-4257 SPINDLE ASSEMBLY 1 21 70102-28100-053 A261-00398 1615-01-HS1-4257 SPINDLE ASSEMBLY 1 22 70102-28100-053 D261-00624 1615-01-HS1-4257 SPINDLE ASSEMBLY 1 23 70102-28100-053 A261-00308 1615-01-HS1-4257 SPINDLE ASSEMBLY 1 24 70102-28100-056 003N-1772 1615-01-HS1-4259 SPINDLE ASSEMBLY 1 25 70102-28100-054 A262-00283 1615-01-HS1-4256 SPINDLE ASSEMBLY 1 26 70102-28100-054 A262-00142 1615-01-HS1-4256 SPINDLE ASSEMBLY 1 The OEM for Items 1-26 is (78286) Sikorsky Aircraft Corporation, 33 Platt Road, Shelton, CT 06484-4231. Pricing shall reflect any quantity discount. Each item is Flight Critical to the USCG mission. 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 30 days after receipt of contract and Required Delivery is 60 days after receipt of contract. 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 (re-approved 2004) to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Items 1-26 must be individually packed in a separate box; suitable for shipment via land, air, or sea. 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. Inspection and acceptance shall be performed by USCG Quality Assurance Personnel. 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 Government?s requirement, price and past performance. However, unusually high or low-priced offers will be evaluated for potential performance risk. 52.212-3 Offeror Representations and Certifications - Commercial Items (Mar 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 52.215-20 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). 52.247-48 F.O.B. Destination ? Evidence of Shipment (Feb 1999) 52.252-2 Clauses Incorporated by Reference (Feb 1998). The full text of the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil. 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders ? Commercial Items (July 2005) 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)). 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (E.O. 13126) 52.225-13 Restrictions on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129). 52.232.33 Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999) (31 U.S.C. 3332) 52.211-15 Defense Priority and Allocation Requirements (Sep 1990) (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 End of Clause Anticipated award date is no later than 2 September 2005. Closing date and time for receipt of offers is 4 PM Eastern Time on 30 August 2005. PROPOSALS ARE TO REMAIN EFFECTIVE FOR 60 DAYS AFTER CLOSE OF SOLICITATION. Facsimile quotes are acceptable and may be faxed to (252) 335-6790. Quotes may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part Number, NSN, Unit Price, Extended Price, Delivery, F.o.b. Shipping Terms, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar 2005) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to grakes@arsc.uscg.mil or tburgess@arsc.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
SN00874452-W 20050821/050819211537 (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.