Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

16 -- SEARCHLIGHT CABLES

Notice Date
2/8/2012
 
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
HSCG38-12-Q-200037
 
Archive Date
3/1/2012
 
Point of Contact
Sheila G Midgette, Phone: 2523356493, Tabitha L Callon, Phone: 252-335-6895
 
E-Mail Address
sheila.g.midgette@uscg.mil, tabitha.l.callon@uscg.mil
(sheila.g.midgette@uscg.mil, tabitha.l.callon@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Send to CBD: Yes 2. Date: 01/31/2012 3. Classification Code: 16 - AIRCRAFT COMPONENTS & ACCESSORIES 4. Contracting Office Address: (Use Default) 5. Title: 16 - SEARCHLIGHT CABLES 6. Response Date: 02/15/2012 7. Primary Point of Contact: SHEILA G. MIDGETTE 8. Secondary Point of Contact: TABITHA L. CALLON 9. Solicitation Number: HSCG38-12-Q-200037 10. Reference Number: N/A 11. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-12-Q-200037 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,000 employees. The USCG plans to award a firm fixed price purchase order for spares used on the Short Range Recovery (SRR) aircraft to Spectrolab Inc., 12500 Gladstone Avenue, Sylmar, CA 91342-5322. SEARCHLIGHT CABLES P/N: 030752-44-30 QTY: 30 EA NSN: 6145 01 HS1 3562 MFGCD: 15901 All responsible sources may submit a quotation which shall be considered by the agency. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of SRR aircrew. Best Value to the Government is always the goal, but without jeopardizing quality or safety of flight. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. This solicitation requires offerors of such products to submit all drawings, specifications, or other data necessary to enable the government to determine whether the alternate product is either identical to or physically, mechanically, electronically, and functionally interchangeable with the product specified. This statement warns offerors that the failure to furnish all necessary information may preclude consideration of the offer, stating that the alternate product will be considered technically unacceptable, if acceptability cannot be determined before award. Newly-manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred), a certificate of conformance and traceability to the Original Equipment Manufacturer (OEM). The Federal Aviation Regulation, Part 21, outlines certification procedures. Offerors must be able to provide necessary certification including traceability to a manufacturer, manufacturer's COC, FAA 8130, and its own certificate of conformance 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 for the offered product back to the manufacturer or authorized distributor. Traceability means a clear, complete, documented, auditable paper trail which traces each step from an OEM or distributor to its current location. All parts shall be NEW approved parts. Drawings and specifications are not available and cannot be furnished by the Government. Required delivery is 365 days after contract award. Deliver to USCG Aviation Logistics Center, Receiving Section, Bldg 63, Elizabeth City, NC. FOB Point - Destination. Earlier deliveries will be accepted. Packaging, packing and preservation shall be in accordance with ASTM D 3951-10 Standard to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Items shall be individually packaged and labeled. 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 container. Bar coding is not required. 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) with the following included by addendum: 52.211-14 Notice of Priority Rating for National Defense Use, Emergency Preparedness, and Energy Use Program (APR 2008) DO rated order; 52.212-3 Offeror Representations and Certifications-Commercial Items (NOVEMBER 2011), ALT 1 (APR 2011)-An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at 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 (c) through (m) of this provision. 52-212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) with the following included in the addendum: 52.252-2 Clauses Incorporated by Reference (FEB 1998). The full text of a clause may be accessed electronically at this internet address: https://www.acquisition.gov/far; 52.247-34 F.O.B. Destination (NOV 1991); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JANUARY 2012) - (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010)(Pub. L. 109-282) (31 U.S.C. 6101 note) _X_ 52.209-6,Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarrment (DEC 2010) (31 U.S.C. 6101 note). _X_52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L 111-117, section 743 of Division D of Pub. L. 118-8, and section 745 of Division D of Pub. L. 110-161). _X_ 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _X__52.222-3, Convict Labor (JUNE 2003) (E.O. 11755) _X_ 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). _X_ 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X_ 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). X_ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _X_ 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). _X_ 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Closing date for receipt of quotations is 15 February 2012, 10 A.M. EST. Submit to USCG Aviation Logistics Center, SRR Product Line, Elizabeth City, NC, ATTN: Sheila G. Midgette, (252) 335-6943, Sheila.G.Midgette@uscg.mil. NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the United States Coast Guard (USCG) 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/HSCG38-12-Q-200037/listing.html)
 
Record
SN02670709-W 20120210/120208235308-278a06581740493c9d0b53405ae34e38 (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.