Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 11, 2001 PSA #2890
SOLICITATIONS

16 -- AIRCRAFT COMPONENTS OR ACCESSORIES

Notice Date
July 9, 2001
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-100051
Response Due
July 23, 2001
Point of Contact
Linda Hutzler, HU25 Contract Specialist, Phone 252-334-5212, Fax 252-334-5427, Email LHutzler@arsc.uscg.mil -- Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427, Email LHudson@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 announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Proposal (DTCG38-01-Q-100051) incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. The North American Industry Classification System (NAICS) Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract. The award will be in accordance with FAR 6.302-1. The USCG intends to negotiate and award to an authorized OEM or a responsible contractor who can provide a COC with traceability to the OEM for the purchase of:=20 CLIN # 1 MY20231-26934 5310-14-484-7634 WASHER 20 CLIN # 2 7G1089 5930-01-HS1-4522 PIN 10 CLIN # 3 381 5330-14-391-4052 SEAL, NONMETALLIC SP 40 CLIN # 4 13015001301 5340-14-449-3992 HANDLE 5 CLIN # 5 HMBC919919TLE 5315-14-344-6553 PIN TAPERED 30 CLIN # 6 22167BC040020L 5305-14-231-5257 SCREW 25 CLIN # 7 T32E 3110-01-HS1-4067 BALL, BEARING 40 CLIN # 8 T20E 3110-14-010-0851 BEARING BALL 40 CLIN # 9 MY20273-19820 5330-01-HS1-4578 SEALED, CASING 1 CLIN # 10 BLA10SP1 3120-14-373-3187 BUSHING, SLEEVE 40 CLIN # 11 21-65-00-22 5340-14-372-7282 CLAMP, LOOP 3 CLIN # 12 MY20263-10-6 1560-14-484-3478 WINDOW, SIDE CO-PIL 3 CLIN # 13 L84A13-603 5315-14-344-6552 PIN, TAPPERED, PLAIN 25 CLIN # 14 262-100-01 3120-14-351-0991 ROLLER 50 CLIN # 15 1329B 5930-14-419-0869 SWITCH, TOGGLEF 5 CLIN # 16 28SE7 5340-14-384-3180 CLAMP 100 CLIN # 17 21-5-00-23-3 5340-14-372-7291 BELLOWS, PROTECTION 25 CLIN # 18 262-100-02 3120-14-450-1440 ROLLER, LINEAR-ROTAR 25 CLIN # 19 8RH8035M 5310-14-325-0131 NUT 6 CLIN # 20 37005-18 3120-14-402-3796 PIN 2 CLIN # 21 2201BE083015M 5306-14-461-1871 BOLT 4 CLIN # 22 22258BE060015ME 5305-01-HS1-4326 SCREW 32 CLIN # 23 21-67-00-06 1680-14-372-7235 YOKE 15 CLIN # 24 MY20331-3601-15 3120-01-HS1-4666 BEARING L/H 6 CLIN # 25 MY20331-3701-15 3120-01-HS1-4667 BEARING, R/H 6 CLIN # 26 MY20331-3801-15 3120-01-HS1-4668 BEARING, L/H 6 CLIN # 27 MY20331-3901-15 3120-01-HS1-4669 BEARING, R/H 6 CLIN # 28 MY20321-1604 5306-14-370-1611 PIN 25 CLIN # 29 MY20102-42810 1560-14-370-1340 BRUSH 8 CLIN # 30 22168BE050017M 5305-14-369-3488 SCREW, CLOSE TOLERAN 150 CLIN # 31 6RS12-109M25 5310-14-222-0037 NUT, SELF-LOCK GANG 30 CLIN # 32 23118BC050LE 5365-14-316-1897 WASHER 200 CLIN # 33 L22138-50-16BEM 5306-14-369-3472 BOLT, CLOSE TOLERANCE 210 CLIN # 34 22138BE050013M 5306-14-369-3470 BOLT, CLOSE TOLERANCE 200 CLIN # 35 L22138-60-24BEM 5306-14-369-3480 BOLT, CLOSE TOLERANCE 100 CLIN # 36 L22138-60-22BEM 5306-14-369-3478 BOLT, CLOSE TOLERANCE 300 CLIN # 37 MY20101-4282015 1560-14-370-1336 BRUSH 8 CLIN # 38 MY20101-4283015 1560-14-370-1338 BRUSH 8 CLIN # 39 MY20295-40815 3040-14-370-1560 BELL CRANK 1 CLIN # 40 MY20137-1090-15 1560-14-411-4036 RETAINER, PLATE LOCK 25 CLIN # 41 MY20102-4283015 1560-14-370-1344 BRUSH 7 CLIN # 42 MY20102-4282015 1560-14-370-1342 BRUSH 9 CLIN # 43 33411BE080023LE 5306-14-403-7036 PIN-THREADED HEADED 200 CLIN # 44 MY20115-10820-1 5306-14-370-1607 BOLT ASSY 35 CLIN # 45 M20H515010510B3 2995-14-383-1863 BREATHER 10 CLIN # 46 MY20781-1101 6610-14-452-5341 BLOCK, DISTRIBUTION 5 CLIN # 47 CH8066093732N00 2915-14-422-2640 FILTER, FLUID 20 CLIN # 48 F10A798250100 6150-14-335-5076 LEAD, ELECTRICAL 30 CLIN # 49 CN15-05 1660-14-267-2623 CARTRIDGE ELEMENT 10 CLIN # 50 BMK3 5930-14-305-4197 BOX ASSY, MICROSWITC 8 CLIN # 51 JE24Z 5330-14-219-3663 GASKET 30 CLIN # 52 MY20381-523 9330-14-391-4458 PLASTIC STRIP 10 CLIN # 53 122-000M-1004M 5940-01-321-1438 TERMINAL JUNCTIONS B 10 CLIN # 54 MY20173-1610 5310-14-297-1305 WASHER, KEY 100 CLIN # 55 MY20341-032 5340-14-370-1558 LOCKING PLATE, NUT A 100 CLIN # 56 22201BE052010L 5306-14-427-5823 SCREW 50 CLIN # 57 MY20295-0157-1 5310-14-450-9874 WASHER 100 CLIN # 58 39441-100X14BCM 5315-14-449-1141 PIN-THREADED, HEADED 8 CLIN # 59 3939TK060017XA 5305-14-393-5637 SCREW, CLOSE TOLERAN 120 CLIN # 60 F50B216007006 5340-14-473-3275 STOP RH 20 CLIN # 61 MY20295-0158-2 5315-14-406-4367 PIN, SHOULDER, HEADLE 6 CLIN # 62 MY20147-3074-15 5340-14-484-7638 DOOR PUMP, L/H 2 CLIN # 63 MY20137-1172215 3120-14-417-7607 ROLLER, LINEAR-ROTAR 30 CLIN # 64 VCS2BC060049L 5305-14-503-5762 SCREW, CONICAL 40 CLIN # 65 MY20201-1003 5305-14-370-1438 SCREW, EXTERNALLY RE 250 CLIN # 66 MY20118-11830-1 5315-14-457-7120 PIN-ASSY 3 CLIN # 67 MY2020015014G03 5305-14-473-3261 SCREW 25 CLIN # 68 MY20161-13M1 1560-01HS1-4279 FITTING, LINKGE ASSY 10 CLIN # 69 CST2BC060Z 5365-14-503-5759 CONE, TAPPED 100 The manufacturers for the items listed above are item 8, Dassault Falcon Jet, Teterboro Airport, Box 2000, South Hackensack, NJ 07643; Phone (201) 440-6700, Fax (201) 487-4975, item s 25. 27. 29. 30, 34, 35, 38, 39, 69, BNAE Bureau de Mrmalisation de I?Aerotechnique, Technoplois 54 199 R Jean-Jacques Roussear, Issy Les Moulineaux F-92138, France, Phone (0) 147657000, Fax (0) 146629800, items 10, 63, Intertechnique SA, Zi Des Gatine, 61 R Pierre Curie, BP 1, Plaisir F-78370, France, Phone, (0)130548200, Fax (0) 130557161, item 5, S.I.P. STE Industrielle De Filtration SA, France, item 61, ESPA SA, 2 R De Balzac, Paris, F-75008, France, item 2, JEHIER, Tre De ST Ezin, BP 29, Chemille, F-49120, France, Phone (0) 24645400, Fax (0) 241645401, item 37, NOMEL SA, Foret Du Chateau, La Ferte Frenel F-61550, Phone (0) 233346629, Fax (0) 233343669, item 24, Simmonds SA Fairchild Fasterners, Fairchild Fasteners St Cosme, St Cosme En Vairais F-72580, France, Phone (0) 243314100, Fax (0) 354425299, item 57, BE Aerospace, 18475 Pacific Street, Fountain Valley, CA 92708-7004, Phone, (714) 962-8874, item 9, Liebherr Aerospace Toulouse SA, 408 Av des Etats Unis BP 2010, Toulouse F-31200, France, Phone (0) 561352828, Fax (0) 561352929, item 52, Serfles SA, 93 R Alexandre Fourny, BP 170, Champigny Sur Marny Cedex, F-94501, Phone (0) 145166060, Fax (0) 148816363, items 54, 55, Dassault Equipements Div de Dasssault, 9RP Champs Elysees Marcel Dassault, Paris F-75008, Phone (0) 153789300, items 1, 3, 4, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 27, 21, 22, 3, 26, 28, 31, 32, 33, 36, 40, 41, 42, 43, 44, 45, 46, 47, 48, 49, 50, 51, 53, 58, 60, 62, 64, 65, 66, 67, 68, Dassault Aviation, 9RP Champs Elysees Marcel Dassault, Paris F-75008, France, Phone (0) 153769300. Pricing shall reflect any quantity discount. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001, or as indicated on individual line items. F.O.B. Point shall be F.O.B. Destination. Desired delivery date is 30 days after contract award; required delivery date is 365 days after contract award. Packaging and marking: shall be in accordance with ASTM D 3951-98 approved Nov 10, 1998. Packaging instructions shall be: Clins 14-18, 21, 24-28, 32-34, 36-43, 4547, 49-50, 53-57, 59, 62-65. Bulk packaging of material is acceptable as long as the packaging is sufficient to prevent damage during shipment, handling and storage. ARSC is a supply depot, therefore material will be stored and transshipped to various users. The container must be sufficient to prevent during shipment, handling and storage. Preservation must offer protection from corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees fahrenheit and high humidity for a period of one year. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, quantity, nomenclature and contract number. Clins 1-13, 19, 20-23, 29-31, 35, 44, 48, 51, 52, 58, 60, 51, 66-69. Each part must be individually packed in a separate box; carton or crate, or sealed envelope. ARSC is a supply depot, therefore material will be stored and transshipped to various users. The shipping containers must be suitable for shipment via land, air, or sea. The internal packing material must be sufficient to prevent damage during shipment, handling and storage. Preservation must offer protection from corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees fahrenheit and high humidity for a period of one year. Each package shall be individually labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, Line Item Number. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging; bar coding is authorized, however not mandatory; AOG situation requires highly visible lettering on the outside of container, For Clins 4, 13, 19, 20-23, 29, 35, 56, 60, 66, 67, 69 These items are deemed flight critical in USCG missions. Inspection shall be performed by Certificate of Conformance (COC) and acceptance shall be performed by ARSC Quality Assurance Personnel. All remaining items: Inspection shall be performed by Certificate of Conformance (COC) and acceptance of material shall be performed by ARSC Receiving at destination. Items delivered under this contract shall be new material. Reconditioned/Used Material is not acceptable. All Inspection and acceptance to ensure items are in accordance with manufacturer specifications. These parts are for use on the HU-25 Falcon aircraft. All responsible sources may submit an offer which will be considered. Offerors shall be able to provide necessary certification to ensure parts are in airworthy condition, suitable for installation on U.S. Coast Guard aircraft. Sources shall be the OEM or a responsible source who can provide tracebility to the OEM for parts furnished...Anticipated award date is no later than 31 Aug 01. The following FAR provisions and clauses apply to this request for proposal and are incorporated by reference.=20 The following Federal Acquisition Regulation (FAR) provisions and clauses apply:=20 FAR 52.212-1, Instructions to Offerors, Commercial Items (Oct 2000);=20 FAR 52.212-2, Evaluation- Commercial Items (Jan 1999), The following factors shall be used to evaluate offerors? capabilities of item offered to meet Government?s requirement, low price technically acceptable, and past performance. FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (May 2001) and Alt I (Oct 2000) and Alt III (Oct 2000), these certifications must be included with quotation, copies may be obtained by contacting the agency;=20 FAR 52.212-4, Contract Terms and Conditions, Commercial Items (May 2001);=20 ADDENDUM FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data) Alternate IV(Oct 1997)=20 (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. FAR 52.246-2, Inspection of Supplies ? Fixed Price (May 2001);=20 FAR 52.246-15, Certificate of Conformance (Apr 1984); FAR 52.252-2, Clauses Incorporated by Reference (Feb 2000), full text may be accessed electronically at this internet address: http://www.deskbook.osd.mil. =20 End of Clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive=20 Orders, Commercial Items (May 2001);=20 FAR 52.203-6, Restrictions on Subcontractor sales to the Government, (Jul 1995) with Alternate I (Oct 1995) (41 U.S.C. 253(g) and 10 U.S.C. 2402);=20 FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637 (d)(2) and (3); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (E.O. 11246) (Feb 1999);=20 FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (Apr 1998);=20 FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998);=20 FAR 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126). FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (Jan 1999); FAR 52.225-13, Restriction on Certain Foreign Purchases, (E>O. 12722, 13059, 13067, 13121, and 13129),(Jul 2000) FAR 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration (31 U.S.C. 3332) (May 1999);=20 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.***** FAR 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990);=20 Closing date and time for receipt of offers is 23 Jul 01, 4:00 pm, Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via fax to 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price; FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date. =20 Contact Linda D. Hutzler for questions regarding this solicitation at 252-334-5212*****
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-01-Q-100051/listing .html)
Record
Loren Data Corp. 20010711/16SOL005.HTM (D-190 SN50R299)

16 - Aircraft Components and Accessories Index  |  Issue Index |
Created on July 9, 2001 by Loren Data Corp. -- info@ld.com