Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

16 -- Procurement of HC144 Curtiss-Wright Components - Example Addenda - J&A

Notice Date
6/2/2011
 
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
HSCG38-11-Q-010061
 
Archive Date
6/28/2011
 
Point of Contact
Terence L. Blucker, Phone: 252-334-5203
 
E-Mail Address
terence.l.blucker@uscg.mil
(terence.l.blucker@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source J&A SAMPLE ADDENDA (Clauses, Terms, Conditions, etc...) 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. The purpose of this solicitation is to determine the best value to the government with regard to the commercial purchase of aircraft component(s). This announcement constitutes the only solicitation and no other solicitation document will be issued. Request for Quotation (RFQ) number HSCG38-11-Q-010061 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulations. Using Simplified Acquisition Procedures, the USCG Aviation Logistics Center (ALC) intends to award a commercial Firm Fixed Price (FFP) purchase order to the Original Equipment Manufacturer, Curtiss-Wright Controls (Cage Code 0Y9V5), Responsible Vendors in position of needed quantity that is New Equipment with traceability back to the OEM may offer a FFP quote for consideration. This solicitation is for the purchase of HC144 Aircraft Component/Part(s): 1. NSN: 5963-01-HS2-1896, CCA SWITCH 1&2, P/N: SVME-C727-0-0002 QTY 2 EA. 2. NSN: 5963-01-HS2-1897, CCA VIDEO VID 1,2 & 3, P/N: SVME-C778-0-0010 QTY 2 EA. 3. NSN: 5895-01-HS2-1615, SWITCH-ETHERNET, P/N: SVME-680-1224 QTY 1 EA. 4. NSN: 7050-01-HS2-4098, VXPOINT RTM, P/N: P/N: ACC-C620-0-0000 QTY 6 EA 5. NSN: 7050-01-HS2-4097, COBRA RTM, P/N: ACC-C619-0-0000 QTY 8 EA. 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 USCG 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 estimated shipping charges to be considered responsive. Inspection and acceptance of material shall be performed by the USCG Aviation Logistics Center Receiving personnel. Desired delivery of material is less than 30 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 June 15, 2011. This date is approximate and not exact. Responsible Sources MUST have a valid Cage Code and DUNS number or the ability to quickly obtain one prior to award, and also be registered in CCR (Central Contractor Registration) www.ccr.gov and ORCA (Online Representations and Certifications Application) www.orca.bpn.gov. See attached Sample Addenda of Terms, Conditions, and Clauses with this solicitation as well as the J&A. Closing date and time for receipt of offers is JUNE 13, 2011 4:00 PM, EST. All responsible sources may submit an offer, which shall be considered by the Agency. Award will be based on overall best value to the government. Anticipated award date is on or about JUNE 15, 2011. Required Delivery Date will be 30 JUNE, 2011. Contact Mr. Terence L. Blucker, Purchasing Agent/Contracting Officer via email at Terence.L.Blucker@uscg.mil with any questions regarding this solicitation. Quotes will be accepted via e-mail at the above address, or at the following address: USCG AVIATION LOGISTICS CENTER (ALC) MEDIUM RANGE SURVEILLANCE (MRS) ELIZABETH CITY, NC 27909
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-010061/listing.html)
 
Record
SN02462515-W 20110604/110602234744-a500ec2b512ef9808aa1b2f30a7d7ff4 (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.