Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2006 FBO #1553
SOLICITATION NOTICE

16 -- H65C Turbomecca 2C2 Tools and Equipment

Notice Date
1/23/2006
 
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
HSCG38-06-Q-500005
 
Response Due
2/3/2006
 
Point of Contact
Darlene Tucker, EISD 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
Darlene.H.Tucker@uscg.mil, Constance.W.Cox@uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation and the solicitation number is HSCG38-06-Q-500005. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1000 employees. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as Firm-Fixed-Price. The U.S. Coast Guard Aircraft Repair & Supply Center (ARSC) intends to award a sole source firm-fixed price purchase order to Turbomeca Engine Corporation or a responsible contractor who can provide a COC (Certificate of Conformance) for the following Line Items: Provide pricing and availability for the following items: 1. Hydraulic Unit, NSN: 1560-01-HS1-7720, P/N: TM0588G001, QTY: 19 EA. 2. Segment Bondig Tool, NSN: 5180-01-HS1-7717, P/N: 8819987000, QTY: 18 EA. 3. Inlet Cone Tool, NSN: 5120-01-HS1-7716, P/N: 8819527000, QTY: 19 EA. 4. Hoisting Beam, NSN: 1560-01-HS1-7715, P/N: 8818841000, QTY: 21 EA. 5. Linking Tool, NSN: 5120-01-HS1-7714, P/N: 8818828000, QTY: 18 EA. 6. Holding Tool, NSN: 5120-01-HS1-7712, P/N: 8815010000, QTY: 18 EA. 7. CG Support Plate, NSN: 1560-01-HS1-7711, P/N: 8813418000, QTY: 8 EA 8. Hoisting Beam, Tilt, NSN: 1560-01-HS1-7710, P/N: 8813368000, QTY: 16 EA. 9. Tripod, NSN: 1560-01-HS1-7709, P/N: 8813150000, QTY: 16 EA. 10. Dowel Set, NSN: 5180-01-HS1-7708, P/N: 8813071000, QTY: 16 EA. 11. Adjustable Support, NSN: 1560-01-HS1-7707, P/N: 8812240000, QTY: 16 EA. 12. Extractor, NSN: 5120-01-HS1-7706, P/N: 8810131088, QTY: 18 EA. 13. Assembly Fixture, NSN: 5120-01-HS1-7705, P/N: TM1040G001, QTY: 21 EA. Packaging, Packing, and Preservation will be in accordance with best commercial practices. Items will be individually packaged and labeled. Labeling will include the appropriate Part Number, Nomenclature, Quantity, Purchase Order Number, and Line Item Number. Labeling data will be attached to the outside of the shipping container. Packaging material will not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. The internal packaging material will be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Bar coding is not required. Only new items may be utilized to meet this requirement. The Contractor will furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) Clause 52.246-15. The Certificate of Conformance shall be submitted in the format specified in the clause. Delivery is of all items is required by 06 April 2006. Earlier deliveries are desired and will be rated higher. F.O.B Point will be Origin or Destination for the deliverables. Deliver will be made to the following address: USCG, Aircraft Repair and Supply Center ATTN: Receiving Section, Building 63 Elizabeth City, NC 27909 There is no formal solicitation document. Offerors should specify ISO certification as a certified source of supply and must provide documentation or provide information on their Quality Assurance provision. A company representative authorized to commit the company must sign this offer. All responsible sources may submit an offer which will be considered by the agency. A Data Universal Numbering System (DUNS) Number is the primary identifier in Central Contractor Registration (CCR). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer, CCR, contractors should be registered in the CCR. Contractors are encouraged to register in the FedBizOpps “Vendor Notification Service” (located on the FedBizOpps home page) to receive all notices for solicitation HSCG38-06-Q-500005. All questions pertaining to the solicitation must be in writing and may be e-mailed or faxed to Darlene H. Tucker at DHTucker@arsc.uscg.mil or (252) 335-6452. Telephonic requests will not be honored. Quotes may be submitted on company letterhead stationary and must include the following items: **Nomenclature **Part Number **National Stock Number **Unit Price per Clin **Extended Price per Clin **FOB Origin or Destination **Any discount points for prompt payment **Business Size standard and minority classification **Completed Offeror Representations and Certifications-Commercial Items (ORCA), FAR 52.212-3. The following FAR Subpart 12 provisions clauses and are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (JAN 2004). The Closing Date for receipt of offers is 3 February 2006 at 4:00 p.m. EST. Offers may be f.o.b. Destination or f.o.b. Origin, Freight Prepaid, however, f.o.b. Destination quotes are preferred. F.o.b. Origin, Freight Prepaid offers must include shipping costs to be considered responsive. For information regarding this solicitation contact Darlene H. Tucker, Contract Specialist at dhtucker@arsc.uscg.mil or faxed to (252) 335-6452. Questions and requests for information should be submitted in writing. Facsimile or e-mail offers are acceptable and may be faxed to (252)335-6452 or e-mailed to dhtucker@arsc.uscg.mil. 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. FAR 52.212-2 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a) Technical Capability; b) Price; c) Delivery; d) Past Performance. Factors a) through d) are arranged in order of importance. Offerors proposal must clearly describe product quoted. This is the primary basis on which offers will be evaluated. Offerors offering an “equal” product must clearly describe and demonstrate that a modification to the Government’s facility or equipment will not be required for the equal product to be used. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offeors shall include a completed copy of this provision with offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by reference (FEB 1998). Full text may be accessed electronically at internet address www.arnet.gov/far. 52.204-4 Printed Copied Double-Sided on Recycled Paper (AUG 2000). 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) Any contract awarded as a result of this solicitation will be DX rated order; X DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. 52.211-15 Defense Priority and Allocation Requirements (SEP 1990). 52.211-17 Delivery of Excess Quantities (SEP 1989). 52.242-13 Bankruptcy (JUL 1995). 52.246-2 Inspection of Supplies, Fixed Price (AUG 1996). 52.247-45 F.O.B. Origin and/or F.o.b. Destination Evaluation (APR 1984). 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by reference (FEB 1998). Full text may be accessed electronically at internet address www.arnet.gov/far. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2006). 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate 1 (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.214-34 Submission of Offers in the English Language (APR 1991). 52.214-35 Submission of Offers in U.S. Currency (APR 1991). 52.219-8 Utilization of Small Business Concerns (MAY 2004). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (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 Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (DEC 2001) (38 U.S.C. 4212). 52.223-6 Drug-Free Workplace (MAY 2001). 52.225-5 Trade Agreement (JAN 2005) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchases (MAR 2005). 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contacts with corporate expatriates (Dec 2003) is incorporated with full text available at http://www.pubklaw.com/regs/68fr67867.html. HSAR 3052.209-70 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. (End of provision) Closing date and time for receipt of offers is February 3, 2006, 3:00 p.m., EST. No extensions will be granted. No late submissions will be accepted. All responsible sources may submit an offer, which shall be considered by the Agency. Anticipated award date is on or about February 10, 2006. Contact Darlene H. Tucker 252-335-6204 or Constance W. Cox 252-335-6895 for questions regarding this solicitation. Quotes will be accepted via facsimile at 252-335-6452 or at the following address: USCG, Aircraft Repair and Supply Center ATTN: Darlene H. Tucker, Contract Specialist EISD Procurement, Building 78 Elizabeth City, NC 27909 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. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JAN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-FEB-2006, 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.fbo.gov/spg/DHS-DR/USCG/USCGARSC/HSCG38-06-Q-500005/listing.html)
 
Record
SN00994812-F 20060226/060224215013 (fbodaily.com)
 
Source
FedBizOpps 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.