Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
SOLICITATION NOTICE

16 -- Platform, Type V, 8FT

Notice Date
3/27/2008
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
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
HSCG38-07-Q-610006
 
Response Due
4/17/2008
 
Archive Date
5/2/2008
 
Point of Contact
Thomas Mason, C130J Purchasing Agent, Phone 2523847184, Fax 2523345490, - Cindy Boone, C130J Contract Specialist, Phone 252-384-7182
 
E-Mail Address
Thomas.F.Mason@uscg.mil, Cynthia.A.Boone@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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number HSCG38-08-Q-610006 is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-24. The North American Industry Classification System Code is 332999. The small business size standard is 500 employees. This solicitation is an unrestricted solicitation. The Government intends to issue a purchase order using simplified acquisition techniques to the Original Equipment Manufacturer of the required items. The proposed sole source contractor is Airlift Technologies Int?l of Milton, FL. Cage Code: 06UL7. All responsible sources may submit an offer, which will be considered. Offers may be submitted on company letterhead stationery indicating the National Stock Number, Nomenclature, Part Number and Unit Price. Items required: Platform, Type V, 8FT, Quantity seven (7) P/N: 11-1-2780-1, NSN: 1670-01-530-0984, to be utilized at USCG Air Station, Elizabeth City, NC. This item is to be manufactured in accordance with the Original Equipment Manufacturer?s Manual. Used, reconditioned, overhauled, or remanufactured material is not acceptable. The Coast Guard does not own, nor can it provide drawings or technical data related to this requirement. Vendor may also provide a warranty plan as separate line items in their quotation. Required delivery is 30 days after receipt of order. Deliver to the USCG Aircraft Repair and Supply Center, Receiving Section, C/O C130J APO, Bldg. 63, Elizabeth City, North Carolina 27909-5001. Early deliveries will be accepted. Packaging, packing, and preservation shall be in accordance with best commercial practices. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Labeling shall include the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Purchase Order and Line Item Number. Labeling data shall be attached to the outside of the shipping containers. Bar coding is not required. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items (Nov 2007); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2007)-Offeror 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 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 (Feb 2007) is tailored as follows: FAR 52.211-15, Defense Priority and Allocation Requirement (Sep 1990); FAR 52.214-34, Submission of Offers in English Language (Apr 1991); FAR 52.214-35, Submission of Offers in U. S. Currency (Apr 1991); FAR 52.243-1, Changes Fixed Price (Aug 1987) Alternate I (Apr 1984); FAR 52.245-1 Government Property (June 2007); FAR 52.247-34, FOB Destination (Nov 1991); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008); (b) (16) (17), (18), (19), (21), (24), (28), (31) and (36). FAR 52.233-3, Protest After Award (Aug 1996). HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. (JUN 2006) (a) Prohibitions. Section 835 of Public Law 107-296, prohibits the Department of Homeland Security Act, from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. 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 national security.
 
Place of Performance
Address: USCG C-130J Aircraft Project Office, C-130J Product Line, DRS C-130 Heavy Maintenance Hanger, 1060 Consolidated Road, Elizabeth City, NC 27909.
Zip Code: 27909-5001
Country: UNITED STATES
 
Record
SN01543081-W 20080329/080327223627 (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.