Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2008 FBO #2256
SOLICITATION NOTICE

16 -- USCG C130 CONTROL GENERATOR OVERHAUL

Notice Date
1/28/2008
 
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-300005
 
Response Due
2/11/2008
 
Archive Date
2/26/2008
 
Point of Contact
William Creef, C130 Purchasing Agent, Phone 252-335-6640, Fax 252-335-6452, - Nancy DeBerry, C130 Contracting Officer, Phone 252-335-6291, Fax 252-335-6452
 
E-Mail Address
William.D.Creef@uscg.mil, Nancy.Deberry@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 requirement will be satisfied using commercial acquisition procedures specified in FAR Part 12 and FAR Part 13.1 This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number HSCG38-08-Q-300005 is being assigned to this procurement for tracking purposes only. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-23. The North American Industry Classification System Code is 336413. . This procurement is being issued as unrestricted. This combined synopsis/solicitation is issued for a firm-fixed-price for the labor and materials for the overhaul of Control Generator, NSN 6110-01-344-0377, P/N CSV4092-3, in accordance with Air Force Technical Order 35C2-2-142-3. The quantity is 11 each, (Mfg Cage Code 1R9D8). The USCG does not own and cannot provide drawings or specifications. This material has been designated as ?Flight Critical?. Contractor is to provide FAA Certifications or DOD certifications with their proposal. The USCG, ARSC engineering department will make a determination on the acceptability of the DOD certification. 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 delivery date is 30 days after receipt of order. Required delivery date is 45 days after receipt of order. FOB point shall be 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. Only Bar Coding of the NSN is necessary. 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 closing date for receipt of offers 11 February, 2008, 3:00 EST. Facsimile offers are acceptable and may be forwarded via fax number 252-335-6452. The evaluation factor for award of this requirement will be based on lowest price obtained from a responsible offeror that can meet the required delivery schedule. Only one (1) award to a responsible offer, will be made as a result of this combined synopsis/solicitation. Point of Contact is Mr. William Creef, 252-335-6640 or William.D.Creef@uscg.mil. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2006) 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: FAR 52.212-1, Instructions to Offerors - Commercial Items (Sept 2006); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.204-7 Central Contractor Registration (Jul 2006); FAR 52.211-15, Defense Priority and Allocation Requirements (Sept 1990); FAR 52.215-5, Facsimile Proposal (Oct 1997); FAR 52.203-6, Restrictions on Subcontractors Sales to the Government, (Sept 2006), Alternate 1, (Oct 1995); FAR 52.243-1, Changes Fixed Price (Aug 1987); FAR 52.247-34, FOB Destination (Nov 1991); FAR 52.246-15, Certificate of Conformance, (Apr 1984); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.219-28 Post Award Small Business Program Rerepresentation, (June 2007) (15 U.S.C.632(a)(2)), FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act, (Aug 2007) (41 U.S.C. 10a-10d. 19 U.S.C. 3301 note. 19 U.S.C. note, Pub L. 108-77, 108-77, 108-286, 109-53 and 109-169). (ii) Alternate I (Jan 2004) of 52.225-3; FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.222-50, Combating Trafficking in Persons, (Aug 2007); FAR 52.232-33, Payment by Electronic Fund Transfer-Central Contract Registration (Oct 2003); FAR 52.233-3, Protest After Award (Aug 1996);
 
Record
SN01493880-W 20080130/080128223255 (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.