Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 24, 2000 PSA #2712
SOLICITATIONS

16 -- TURBINE AND COMPRESSOR MODULE SHIPPING AND STORAGE CONTAINERS

Notice Date
October 20, 2000
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement, Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
ZIP Code
27909-5001
Solicitation Number
DTCG38-01-Q-30001
Response Due
November 10, 2000
Point of Contact
William Creef, C130 Supply Technician, Phone 252-335-6432, Fax 252-335-6452, Email WCreef@arsc.uscg.mil -- Martha Hebrew, C130 Contracting Officer, Phone 252-335-6557, Fax 252-335-6452, Email MHebrew@arsc.uscg.mil
E-Mail Address
William Creef (WCreef@arsc.uscg.mil)
Description
17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This requirement will be satisfied using commercial acquisition procedures specified in FAR Part 12. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number DTCG38-01-Q-30001 is being assigned to this procurement for tracking purposes only. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-18. This requirement is considered a small business set-aside; the North American Industry Classification System Code is 336413 and the size standard is 1000 employees. This synopsis/solicitation is issued for the acquisition of shipping/storage containers for the Rolls Royce T56-15 Engine Turbine and Compressor modules used on the United States Coast Guard Fleet of HC-130H aircraft. Due to the transition from a complete power section overhaul to a modular concept overhaul of its Rolls Royce T56-15, the United States Coast Guard seeks to procure containers suitable for shipment and storage. The items to be shipped and stored are Rolls Royce Turbine module P/N 23002760 and Compressor module P/N 23039743. The quantities are established at 30 Turbine Containers and 20 Compressor Containers. All interested suppliers are invited to attend a meeting at the United States Coast Guard Aircraft Repair and Supply Center, Elizabeth City, NC on 16 November, 2000. The time and building location of this meeting will be provided at a later date and can be obtained through Kenneth Bly, New Product Development, (252) 335-6501. At this meeting a sample of the Compressor and Turbine modules will be on display for suppliers to view, take measurements and pictures, make sketches and ask questions. Only suppliers attending this meeting will be allowed to submit proposals. Both containers will meet the following minimum design requirements: Each container shall be environmentally sealed and stackable, (2 high). Each will be rotational molded with an externally accessible document compartment. Each shall have a shallow base with forklift skids. Prior to production, USCG Aircraft Repair and Supply Center C130 Engineering Cell will evaluate all proposals and through the Contracting Officer make an award determination based on product design, ease of use, and cost. Best value procedures will be utilized in selecting awardees; low price will not be the only determining factor, design and ease of use will be equal to cost. The selected supplier within forty five (45) days of award of contract, shall deliver to: USCG Aircraft Repair and Supply Center, Attn: Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001; 10 each Turbine and 5 each Compressor module shipping/storage containers. The selected supplier will deliver the remaining containers within one hundred eighty days after award of contract. The contractor shall provide with the proposal, and maintain throughout the life of the contract, a quality system in compliance with ISO 9001 or ISO 9002, ANSI/ASQC Q9001, Q9002 or a Quality System that is subject to Contracting Officer's approval. The contractor shall comply with ASTM D 3951-98 dated 21 December, 1990, Commercial Packaging, Shipping and Storage Procedures. Copies of packing slips shall be affixed to the outside of the shipping container. Packaging of the items for shipment shall be in accordance with the Contractor's best commercial practices with the following exceptions: Each item or unit must be individually packed in a separate box, carton, or crate. Each individual container shall be labeled on the outside with NSN , Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Line Item. Only Bar Coding of the NSN is necessary. The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Each unit shall be packaged to protect against electrostatic damage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of one year, but no preservation coating will be applied directly to the component. Packaging material shall NOT consist of the following material: popcorn, shredded paper, styrofoam of any type, or peanut style packaging. The closing date for receipt of offers is 10 November, 2000, 3:00 pm, EST. Facsimile offers are acceptable and may be forwarded via fax number 252-335-6452. Points of contact for responses concerning this solicitation are: William Creef, Purchasing Agent, (252) 335-6640, and Martha Hebrew, Contracting Officer, (252) 335-6557. Offeror's are instructed to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2000) with their offers. Offerors that do not have access to these certifications may request a copy from the point of contact referenced above to obtain them. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Mar 2000); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2000); 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 (Oct 1999); FAR 52.222-36, Equal Opportunity (Jun 1998); FAR 52-222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.225-3, Buy American Act-Supplies (Feb 2000); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-8, Cancellation, Recission, and Recovery of Funds for Illegal or Improper Activity; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Jun 1997); FAR 52.204-4, Printing/Copying Double-Sided on Recycled Paper (Jun 1996); FAR 52.211-15, Defense Priority and Allocation Requirements (Sep 1990); FAR 52.219-6, Notice of Small Business Set-Aside (Jul 1996); FAR 52.243-1, Changes Fixed Price (Aug 1987) Alternate I (Apr 1984); FAR 52.245-1, Property Records (Apr 1984); FAR 52.247-34, FOB Destination (Nov 1991). Defense Priorities and Allocations System Rating: DO-A1. Notice to Offerors: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time consuming litigation. Potential offerors who believe that a Coast Guard solicitation 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 offeror should then contact the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593. Telephone (202) 267-2285, Fax No. (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting office, contracting officer, and solicitation closing date. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises(DBE's)! 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.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG38-01-Q-30001&LocID=487)
Record
Loren Data Corp. 20001024/16SOL013.HTM (D-294 SN5048M5)

16 - Aircraft Components and Accessories Index  |  Issue Index |
Created on October 20, 2000 by Loren Data Corp. -- info@ld.com