Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
MODIFICATION

16 -- HH65 Hover Landing Light Overhaul

Notice Date
4/12/2010
 
Notice Type
Modification/Amendment
 
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
HSCG38-10-Q-200003
 
Point of Contact
Keith E. Hoffman, Phone: 2523356822, Claudette Y Surrento, Phone: 252-335-6644
 
E-Mail Address
keith.e.hoffman@uscg.mil, Claudette.Y.Surrento@uscg.mil
(keith.e.hoffman@uscg.mil, Claudette.Y.Surrento@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT CHANGES POC INFORMATION ONLY This is a combined synopsis/solicitation for the repair of 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 Parts 12 and 13. This announcement constitutes the only solicitation; firm-fixed-price proposals for providing the items requested and a written solicitation will not be issued. This procurement is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. Only SDVOSB entities will be considered. Only SDVOSBs possessing a current FAA Repair Station Certification for Class 2 Accessories are eligible for contract award. Solicitation number HSCG38-10-Q-200003 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Quotation (RFQ). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-38. This synopsis/solicitation is issued for the repair of the aviation items listed below. The US Coast Guard Aviation Logistics Center (ALC) intends to award one or more fixed price, Indefinite Delivery / Indefinite Quantity contract(s) from this solicitation. The anticipated period of performance will be five (5) years total consisting of a one (1) one-year base period, and four (4) one-year option periods. HOVER LANDING LIGHT NSN 6210-01-HS2-0176 P/N 0230311-101 or 0230311-001 HOVER LANDING LIGHT NSN 6220-01-124-2486 P/N G6250-5 The Government reserves the right to withhold any item or group of items contained in this solicitation upon award. The Government reserves the right to make a single award, multiple awards or to make no award. The Government cannot predetermine the precise quantities that will be required. This requirement contains estimated quantities and deliveries to be scheduled by placing firm-fixed delivery orders. Also, this is a recurring requirement and the Coast Guard is NOT OBLIGATED to the ESTIMATED QUANTITIES. Related documents can be found as attachments to this solicitation. All parts shall be NEW Original Equipment Manufacturer (OEM) approved parts. Offerors must posses a current FAA certification. Used Items/Parts are not acceptable. The OEM for part P/N G6250-5 listed above is Grimes Aerospace Company (Honeywell) (Cage Code 72914). The OEM for the part P/N 0230311-101 or 0230311-001 listed above is Luminator Aircraft Parts Division (Cage Code 0VDA9). Offerors must be able to provide necessary certificates including traceability to the OEM, manufacturer's Certificate of Conformance (COC) and its own COC to ensure parts are in airworthy condition, suitable for installation on U.S. Coast Guard aircraft. Prospective vendors who are not the OEM or an authorized distributor must provide traceability of product back to the manufacturer or authorized distributor. Traceability means a clear, complete, documented, auditable paper trail which traces each step from the OEM or distributor to its current location. Parts from other than the OEM or authorized distributor may be proposed as long as they are from an identifiable source in Haystack and are subject to USCG ALC Short Range Recovery (SRR) engineering approval. The North American Industry Classification System (NAICS) code is 336413 and the small business size standard is 1000 employees. All items are to be delivered to US Coast Guard Aviation Logistics 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 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. 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, Contract 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. The closing date and time for submission of quotations April 15, 2010 at 4:00 P.M. Eastern Standard Time. All responsible sources may submit an offer, which shall be considered. Telephone responses will NOT be accepted. E-mail quotes and facsimile quotes are acceptable. E-mail quotes may be sent to jeffrey.r.mailley@uscg.mil or forwarded via FAX to: 252-334-5240 Attn: HSCG38-10-Q-200003. POC Information: Primary Keith Hoffman Email: keith.e.hoffman@uscg.mil Telephone: 252-335-6822 Fax: 252-334-5240 Alternate Claudette Y. Surrento Email: claudette.y.surrento@uscg.mil Telephone: 252-335-6644 Fax: 252-334-5240 The address for hard copy quotes is: USCG Aviation Logistics Center Contracting Officer - HSCG38-10-Q-200003 Short Range Recovery (SRR) Aircraft Division Elizabeth City, NC 27909-5001 Award will be made to the offeror proposing the best value to the Government considering in descending order of importance: Technical Capability, Past Performance, Price, and Delivery. The Government reserves the right to award to a higher priced quote, if deemed the overall best value to the government. Anticipated award date is May 3, 2010. 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. NOTICE FOR FILING AGENCY PROTESTS. It is the policy of the United States Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-Q-200003/listing.html)
 
Record
SN02119434-W 20100414/100412234917-3c69fd76f23fd9fb0bb4e183f00c6cbb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.