Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

16 -- HSCG38-08-Q-100025

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, ESD, 130J, IOD or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-08-Q-100025
 
Response Due
4/5/2008
 
Archive Date
4/20/2008
 
Point of Contact
Terry Blucker, HU25 Purchasing Agent, Phone 252-334-5203, - Denise Coley, Purchasing Agent, Phone (252) 335-6562, Fax (252) 334-5427
 
E-Mail Address
Terence.L.Blucker@uscg.mil, denise.m.coley@uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. Request for Quotation (RFQ) number HSCG38-08-Q-100025 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The US Coast Guard Aircraft Repair and Supply Center (ARSC) intends to award a Firm Fixed Price (FFP) purchase order using Simplified Acquisition Procedures for the repair of, 2 each WINDOW PANEL A/C, PN: MY20261-10-9, NSN: 1560-01-HS1-6733, and 2 each WINDSHIELD, CO PILOT, PN: MY20268-10-9, NSN: 1560-14-372-7124, in accordance with OEM Specifications, to the only known vendor with OEM required proprietary repair data; Triumph Aerospace Systems. Vendors offering quotes must be able to prove they have current OEM repair data on file. Repair procedures not approved by the OEM or Aftermarket or_Used Items/Parts are not acceptable. The North American Industry Classification System (NAICS) code is 488190 and the small business size standard is 1000 employees. This is unrestricted solicitation. All items are to be delivered to US Coast Guard Aircraft Repair and Supply Center, Bldg.63, Elizabeth City NC 27909. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for repair of this material. Request for drawings or applicable proprietary service bulletins will be disregarded. FOB Destination quotes are desired. FOB Origin quotes must include shipping charges to be considered responsive. Inspection and acceptance of material shall be performed by the USCG Aircraft Repair and Supply Center Receiving personnel. Desired delivery is 30 days after receipt of order. Required delivery is 45 days after receipt of order. Packaging and marking: shall be in accordance with ASTM D3951-98 re-approved 2004, Commercial Packaging, Shipping and Storage Procedures. Note each part must be individually packed in a separate box suitable for shipment via air, land or sea to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Each individual container shall have a copy of the packing slip attached indicating the National Stock Number, Part number, Purchase Order Number, and quantity. Packaging Material shall not consist of popcorn, shredded paper, Styrofoam of any type of peanut packaging. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage period of one year. All responsible sources may submit a quote which shall be considered by the agency. Due to Urgent and Compelling Need, all quotes must be submitted no later than 4:00pm on APR/04/2008, with an anticipated award date is APR/05/2008. This anticipated award date is approximate and not exact. Sources must have a valid Cage Code and DUNS number or the ability to obtain one, and also be registered in CCR (Central Contractor Registration) www.ccr.gov and ORCA https://orca.bpn.gov (Online Representations and Certifications Application). The following Federal Acquisition Regulation (FAR), and Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items - award will be made to the Offeror proposing the best value to the Government considering price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ.
 
Record
SN01541964-W 20080328/080326223633 (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.