Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

49 -- CASA - Test Hoses Kit

Notice Date
4/24/2012
 
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-500028
 
Archive Date
5/25/2012
 
Point of Contact
Belinda T. Watkins, Phone: 2523356541, Linda J. Stulick, Phone: (252)335-6204
 
E-Mail Address
belinda.t.watkins@uscg.mil, Linda.J.Stulick@uscg.mil
(belinda.t.watkins@uscg.mil, Linda.J.Stulick@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
HSCG38-12-Q-500028 1. Action Code: K 2. Send to Fed Biz Ops: Yes 3. Date: 4/24/2012 4. Classification Code: 49 - Maintenance and Repair Shop Equipment 5. Contracting Office Address: USCG Aviation Logistics Center ESD Procurement 1664 Weeksville Road Elizabeth City, North Carolina 27909-5001 6. Title: Test Hoses Kit 7. Response Date: 10 May 2012 8. Primary Point of Contact: Belinda Watkins 9. Secondary Point of Contact: Linda Stulick 10. Solicitation Number: HSCG38-12-Q-500028 11. Reference Number: N/A 12. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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-500028 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective April 18, 2012. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted solicitation. All responsible sources may submit a quotation which shall be considered by the agency. Part # 35-92185-0001 Test Hoses Kit Quantity: 2 each Cage: 0DAF1 Delivery on or before: 12/1/2012 Earlier deliveries are desired and will be accepted. F.O.B. Destination is requested as the F.O.B. point for the deliverables. All offers will be considered F.O.B. Destination unless F.O.B. Origin is specified AND shipping costs are included. Deliver to: USCG Aviation Logistics Center 1664 Weeksville Road Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Newly manufactured commercial items will only be procured from sources able to provide a Certificate of Conformance and traceability to the Original Equipment Manufacturer (OEM). Alternate Parts will be authorized if they are an approved alternate under the North Atlantic Treaty Organization (NATO) catalog system, which improves interoperability between NATO and commercial cataloging systems. Alternate parts must satisfy all form, fit, and function requirements of the original parts. The contractor shall furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. Certificate of Conformance must be submitted in the format specified in the clause. All replacement parts shall be NEW approved parts. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC 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, and auditable paper trail which traces each step from an OEM or distributor to its current location. Packaging, packing and preservation shall be in accordance with best commercial practices 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. NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. The following FAR provisions and clauses apply to this RFQ and are incorporated by reference: 52.252-2 Clauses Incorporated by Reference Feb 1998 This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 52.212-2 Evaluation-Commercial Items Jan 1999 The provision at FAR 52.212-2 Evaluation of Commercial Items is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated in accordance with the evaluation procedures in FAR 13.106-2. Award will be made to the offeror representing the best value to the Government. Technical Capability: Technical capability will be evaluated on the ability of the offeror to provide the required items or approved alternates that satisfy all form, fit and function requirements of the original parts and conform to the approved configurations. The Offeror of an alternate part must submit data that adequately demonstrates that its product meets or exceeds the requirements of the solicitation in accordance with the clause at FAR 52.246-15, Certificate of Conformance. A general statement of compliance or restatement of the requirements is insufficient. An offeror must clearly identify in writing they are providing an alternate part by annotating it on their quote. Offerors who are providing an alternate part shall include in their quote descriptive literature or description literatures such as illustrations, drawings, or a clear reference, such as a web site to make information readily available to the Contracting Officer. Delivery: Offerors that can meet the Government's required delivery date will be rated higher than offers that are unable to deliver on time. Offerors that can deliver sooner than the Government's required delivery date will be rated the highest. Price: The offeror shall provide firm fixed pricing for the requested items. If offeror proposes F.O.B. Origin, the quote must also include estimated shipping costs for each line item. The shipping costs will be used in evaluation of price to arrive at a total cost to the Government. 52.212-3 Offeror Representations and Certifications-Commercial Items May 2011 X Alternate I of 52.212-3. Apr 2011 An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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. (End of Provision) 52.212-4 Contract Terms and Conditions Commercial Items Feb 2012 52.212-5 Contract Terms and Conditions Required to Implement Apr 2012 Statutes or Executive Orders-Commercial Items. (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: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (11) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (40) 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). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.211-14 Notice of Priority Rating for National Defense, Apr 2008 Emergency Preparedness and Energy Program Use Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.] (End of Provision) 52.246-15 Certificate of Conformance Apr 1984 52.247-34 F.O.B. Destination Nov 1991 Closing date and time for receipt of offers is 10 May 2012. Anticipated award date is on or about May 17, 2012. E-mail quotes are preferred and may be sent to belinda.t.watkins@uscg.mil. Please indicate HSCG38-12-Q-500028 in subject line. Quotes may also be faxed to 252-334-5242, or mailed to the following address: USCG ALC 1664 Weeksville Road ESD Building 78, HSCG38-12-Q-500028 Attn: Belinda Watkins Elizabeth City, NC 27909
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-500028/listing.html)
 
Place of Performance
Address: USCG ALC, 1664 Weeksville Road, ESD Building 78, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02729869-W 20120426/120424235457-3b41acde54255149318289e7c75470ef (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.