Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

16 -- AIRCRAFT PARTS

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-09-Q-100015
 
Archive Date
3/19/2009
 
Point of Contact
Denise M Coley,, Phone: (252) 335-6562, Terry Blucker,, Phone: 252-334-5203
 
E-Mail Address
denise.m.coley@uscg.mil, terence.l.blucker@uscg.mil
 
Small Business Set-Aside
N/A
 
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 HSCG38-09-Q-100015. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The US Coast Guard Aviation Logistics Center (ALC) intends to award a Firm Fixed Price (FFP) purchase order using Simplified Acquisition Procedures for the purchase of the following: 1.NSN: 5306-14-478-0989, PIN, P/N MY20343-10831, QTY 4 EA. 2.NSN: 5305-14-350-0548, SCW, CLOTOL, P/N 22258BE0500009ME, QTY 300 EA. 3.NSN: 3110-14-489-6970, BEARING, ROLLER, AIRF, P/N WK8FESP1, QTY 14 EA. 4.NSN: 1560-14-370-1403, FRNG FLAP LCG OB/R, P/N MY20164-18-1, QTY 4 EA. 5.NSN: 1560-14-477-2092, BRUSH, P/N MY20137-3112-15, QTY 4 EA. 6.NSN: 1560-14-410-0112, INSULATION BLANKET, P/N 1703, QTY 2 EA. 7.NSN: 4130-14-335-5576, FILTER PRESS, P/N 210BZEQ2, QTY 2 EA. 8.NSN: 1560-14*-493-6875, WINDOW FRAME, P/N F50B268001110A1, QTY 2 EA. 9.NSN: 1560-14-411-4307, BRUSH, MY20137-3096015, QTY 3 EA. 10.NSN: 5310-14-370-1445, WASHER, KEY, P/N F50B2140300006, QTY 35 EA. 11.NSN: 5930-01-083-1505, SWITCH DL CON, P/N 10AT403-2, QTY 3 EA. 12.NSN: 5340-01-152-4764, COUPLING, P/N B40C60, QTY 4 EA. 13.NSN: 5340-01-297-1339, LOCK REAR DOOR, P/N MY20297-30, QTY 6 EA. 14.NSN: 5310-14-316-1914, WASHER, P/N 23121BC120LE, QTY 4 EA. 15.NSN: 5310-14-347-4347, WASHER, LOCK, P/N 31650AC080TA, QTY 15 EA. 16.NSN: 5340-14-370-1558, LOCKING PLATE, NUT, P/N MY20341-032, QTY 40 EA. 17.NSN: 3120-14-370-1581, ROLLER, LINEAR, P/N MY20381-17, QTY 2 EA. 18.NSN: 5340-14-378-5165, CONNE ROD END, P/N F50B295001012A1, QTY 8 EA. 19.NSN: 5310-14-417-4738, WASHER, P/N MY20260-029R1, QTY 10 EA. 20.NSN: 5315-14-449-1141, PIN THREA, HEAD, P/N 39441BC100014M, QTY 4 EA. 21.NSN: 5306-14-461-1871, BOLT, P/N 22201BE083015M, QTY 6 EA. 22.NSN: 5306-14-489-7122, PIN THREA, P/N 39445BE120094M, QTY 2 EA. 23.NSN: 5330-14-502-2522, SEAL, NON METAL, P/N 380, QTY 5 MR. MFGCD: F6117, F0111, F0222, F0060, 82647, 89513, Used Items/Parts are not acceptable. The North American Industry Classification System (NAICS) code is 336413 and the small business size standard is 1000 employees. This is an unrestricted procurement. All items are to be delivered to US Coast Guard Aviation Logistics Center (ALC) Bldg.63, Elizabeth City NC 27909. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for 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 Aviation Logistics Center receiving personnel. Desired delivery is 30 days after receipt of order. Required delivery is 60 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. Anticipated award date is March 05, 2009. This 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. 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 (Jun 2008), FAR 52.212-2 Evaluation-Commercial Items (January 1999) - 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 (Feb 2009) to include Alt I (Sep 07). These certifications must be included with quote and can be accessed and downloaded via FBO.GOV with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov *PLEASE NOTE* NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. FAR 52.212-4 Contract Terms and Conditions –Commercial Items (OCT 2008) with the following addendas: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated. End of Clause HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006). (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security 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 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, Section 835 of the Homeland Security Act, 6 U.S.C. 395 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 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— 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 affiliate. 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, 6 U.S.C. 395(b)(1). (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 the Homeland Security Act, 6 U.S.C. 395(b) 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. The offeror under this solicitation represents that {Check one}: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria (HSAR) 48 CFR 3009-.104-70 through 3009.104-73, but plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of Clause) FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (FEB 2009), FAR 52.219-1, Small Business Program Representations, (May 2004) FAR 52.219-28 Post Award Small Business Program Representations (June 2007) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Nov 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212), and 41 U.S.C. 351) FAR 52.222-50, Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129), FAR 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332) End of Clause Quotes may be submitted on company letterhead stationary and must include the following information: Unit Price, Extended Price, Estimated Delivery Date ARO, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2009) of copies can be obtained by calling the Agency or by downloading from the web site FBO.GOV. Parties interested in viewing the Justification for Full and Open Competition for this requirement may visit http://www.uscg.mil/hq/arsc/contracting/HU25/HU-25.htm to view this document. The justification was properly approved by Wade Johnson, Contracting Officer and Kevin Barrick, Technical Representative. The closing date and time for receipt of offers is March 4, 2009, 4:30 PM Eastern Time. Facsimile or E-mail quotes are acceptable and may be E-mailed to Denise.M.Coley@uscg.mil or Terence.L.Blucker@uscg.mil or faxed to (252) 334-5427. Contact Denise Coley at (252) 335-6562 or Terry Blucker at (252) 334-5203 for questions regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cb1d76177ce9e1dfd8afff90cb28249f&tab=core&_cview=1)
 
Place of Performance
Address: AVIATION LOGISTICS CENTER, HANGAR 79, MRS DIVISION, ELIZABETH CITY, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN01756257-W 20090226/090224221721-cb1d76177ce9e1dfd8afff90cb28249f (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.