Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2008 FBO #2253
SOLICITATION NOTICE

16 -- H-60 TORQUE ARM ASSEMBLY OVERHAUL

Notice Date
1/25/2008
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-08-Q-S00016
 
Response Due
2/5/2008
 
Archive Date
2/20/2008
 
Point of Contact
Dennis Gaines, HH60J Contract Specialist, Phone 252-335-6713, Fax 252-335-6790, - Sherri Roche, H60J Contract Specialist , Phone 252-335-6566, Fax 252-335-6790
 
E-Mail Address
Dennis.M.Gaines@uscg.mil, Sherri.D.Roche@uscg.mil
 
Description
This is a combined solicitation/synopsis 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG38-08-Q-S00016. This is a sole source procurement, the government intends to award a sole-source, firm-fixed price contract to B.F. Goodrich, as the only known source of supply, subject to availability of funds. The Coast Guard does not own, nor can it provide drawings or specifications for these items. Vendor must possess appropriate FAA certification and be an OEM-approved repair facility. However, all responsible offerors will be considered. The requirement is for the rework/overhaul of the following: Quantity: 8 each; TORQUE ARM ASSEMBLY; P/N: 2012B46; NSN: 1620-01-202-7094. The vendor must provide all labor, material, tools and equipment necessary to perform this effort. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-23. The North American Industry Classification System Code is 336413. The government reserves the right to order in whole or in part. Multiple awards may result from this announcement. Final acceptance shall be at destination. FAR Provision 52.212-2 does apply. The evaluation factors for award of this requirement will be based primarily on past performance of vendor, which takes precedence over price and other factors. Offeror shall provide with their offer at least three non-Coast Guard references of recent previous customers for same or similar services. There is no formal solicitation document. Closing date and time for receipt of offers is February 5, 2008, 3:00 p.m. Facsimile offers are acceptable and may be forwarded via Fax to: (252) 335-6790. Offers may be submitted on company letterhead stationery indicating nomenclature, part number, unit price, and extended price for the items offered; plus the FOB point, estimated shipping cost, discounts for prompt payment and business size standards and minority classification. A Company representative authorized to commit the company must sign this offer. Inspection is by Certificate of Conformance and acceptance shall be performed at destination by USCG, ARSC Quality Assurance. Items shipped shall be shipped to: USCG Aircraft Repair and Supply Center, Attn: Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Desired FOB point is destination. Copies of packing slips shall be affixed to the outside of the shipping container. Packaging of the items for return shipment shall be in accordance with the Contractor's best commercial practices with the following exceptions: Each item or unit must be individually packed in a separate box, carton, or crate. Each individual container shall be labeled on the outside with NSN, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Line Item. The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Each unit shall be packaged to protect against electrostatic damage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of one year, but no preservation coating will be applied directly to the component. Packaging material shall NOT consist of the following material: popcorn, shredded paper, Styrofoam of any type, or peanut style packaging. The evaluation factors for award of this requirement will be based primarily on past performance of vendor, which takes precedence over price and other factors. Offeror shall provide with their offer at least three non-Coast Guard references of recent previous customers for same or similar services. Point of Contact is Mr. Dennis Gaines, 252-335-6713, dennis.m.gaines@uscg.mil. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: The evaluation factor for award of this requirement will be based on lowest price obtained from a responsible offeror. FAR provision 52.212-3, Offeror Representations and Certifications?Commercial Items (Nov 2007). Offerors shall include a completed copy of this provision with their 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. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1, Instructions to Offerors?Commercial Items (Nov 2007), Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Dec 2007)
 
Record
SN01492726-W 20080127/080125223640 (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  © 1994-2020, Loren Data Corp.