Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1999 PSA#2334

Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001

16 -- HORIZONTAL SITUATIONAL INDICATORS SOL DTCG38-99-R-H00011 DUE 060499 POC Contact Point, Lucille McEachin, Contract Specialist, 252-335-6941, Contracting Officer, Martha A. Hebrew, 252-335-6557 E-MAIL: Lucille McEachin, Contract Specialist, lmceachin@arsc.uscg.mil. 17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, firm-fixed-price proposals which are herewith sought for the procurement of a Minimum of one (1) each and a Maximum of 23 each of Horizontal Situational Indicators, NSN 6605-01-101-1883, P/N 622-4298-001 and two (2) options to place order for a minimum of 1/maximum of 5 each. A written solicitation will not be issued. Solicitation number DTCG38-99-R-H00011 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Proposal (RFP). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-11. This requirement is unrestricted; the Standard Industrial Code (SIC) is 3728 and the size standard is 1000 employees. The Coast Guardseeks to award one contract for the procurement of these items. Overhauled HIS-45 Indicators are acceptable. Each HIS-45 Indicator shall have an FAA Form 8130-3 airworthiness certificate signed and dated by an authorized official showing overhaul release. Each HIS-45 Indicator shall have traceability to its source of origin. Units shall be packaged individually using best commercial practices. Interested parties are advised that the Coast Guard does not own, nor can it provide data packages or drawings. Desired delivery to commence within six (6) months after receipt of delivery order. Earlier deliveries are acceptable and desired at no additional cost to the Coast Guard. Inspection and acceptance shall be performed at destination by USCG ARSC receiving personnel. FOB point shall be destination. A Certificate of Conformance in accordance with FAR 52.246-15 is required for each unit. Copies of packing slips and the Certificate of Conformance shall be affixed to the outside of the shipping container. The closing date for receipt of offers is 04 June 1999, 3:00 PM, Eastern Standard Time. Facsimile offers are acceptable and may be forwarded via fax number (252) 335-6452. Far provision 52.212-2 applies; evaluation factors will be price and past performance, and these factors are substantially equal. In order to evaluate past performance, offerors are instructed to provide references to verify their compliance of the delivery terms. Offerors are required to provide the agency, point of contact and applicable phone number for each reference given. References should be given which reflect recent contacts with Federal agencies or military organizations (within the last 24 months). Note: The Government reserves the right to contact any potential source of information regarding an offeror's past performance. Offeror's are instructed to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items (Feb 1999) with their offers. If a copy of this certification is needed; itmay be requested by calling the contact number identified above. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors Commercial Items (Aug 1998), FAR 52.212-4, Contract Terms and Conditions Commercial Items (Apr 1998), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 1999), FAR 52.233-3, Protest Award (Aug 1996), FAR 52.203-6, Restrictions on Subcontractors Sales to the Government (Jul 1995), Alternate I, (Oct 1995), FAR 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns, (Jan 1999), FAR 52.222-26, Equal Opportunity (Feb 1999), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1998), FAR 52.222-36, Affirmative Action for Handicapped Workers (Jun 1998), FAR 52.222-37, Employment Reports on Special Disabled and Veterans of the Vietnam Era (Apr 1998), FAR 52.225-3, Buy American Act Supplies (Jan 1994), Defense Priorities and Allocations System Rating: DO-A1. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Posted 04/26/99 (W-SN324198). (0116)

Loren Data Corp. http://www.ld.com (SYN# 0162 19990428\16-0005.SOL)


16 - Aircraft Components and Accessories Index Page