Loren Data Corp.

'

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

16 -- PROCUREMENT OF LN100 RELAY ASSEMBLIES

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-30019
Response Due
July 30, 2001
Point of Contact
Nancy DeBerry, C130 Contract Specialist, Phone 252-335-6291, Fax 252-335-6452, Email NDeberry@arsc.uscg.mil -- Martha Hebrew, C130 Contracting Officer, Phone 252-335-6557, Fax 252-335-6452, Email MHebrew@arsc.uscg.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This requirement will be satisfied using commercial acquisition procedures specified in FAR Parts 12 and 13.5. This announcement constitutes the only solicitation; firm-fixed-price quotations for procurement of the following items are being requested and a written solicitation will not be issued. Solicitation number DTCG38-01-Q-30019 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Quotation (RFQ). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-26. This requirement is considered a small business set-aside; the North American Industry Classification Code is 336413 and the size standard is 1000 employees. The Coast Guard seeks to award one contract for the procurement of Relay Assemblies, NSN 5945-00-075-4925, P/N 4100 or 697273 or 90090000-000, used on LN100 RINU installations. The resultant contract will consist of a one-year base period with two (2) option periods renewable annually. Offerors are required to submit firm-fixed prices for the quantities specified as follows: Base Period Maximum Quantity: 35 each; Minimum Quantity: 10 each; First Option Period Maximum Quantity: 20 each; Minimum Quantity 10 each; Second Option Period Maximum Quantity 15 each; Minimum Quantity 5 each. Minimum quantities specified herein will be ordered via delivery order after contract award and exercise of option periods as needs arise. The successful offeror will be guaranteed an order only for the minimum quantities specified for each contract period; additional quantities, not to exceed the maximum specified, may be ordered by delivery order. The Coast Guard does not own, nor can it provide drawings or specifications for these items. The items specified herein are considered Flight Critical and must be provided in a NEW condition with full traceability to the Original Equipment Manufacturer. Inspection and acceptance shall be performed by USCG ARSC local Quality Assurance personnel at destination. Additionally, a Certificate of Conformance in accordance with FAR 52.246-15(b) is required with each component shipped. F.o.b. Point shall be destination. Offerors? proposals are to include a delivery schedule. Desired delivery to commence within 60 days after receipt of delivery order. Earlier deliveries are acceptable and desired at no additional cost to the Coast Guard. Items shall be shipped to USCG ARSC, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001 unless otherwise directed by the delivery orders Copies of packing slips and the Certificate of Conformance shall be affixed to the outside of the shipping container. Packaging of the items for return shipment shall be in accordance with the Contractor?s best commercial practices with the following exceptions. Each item or unit must individually packed in a separate box, carton, or crate. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Contract Number, Line Item, and Delivery Order Number. Only Bar Coding of the National Stock Number 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 30 July 2001, 3:00 pm, EST. =20 Facsimile offers are acceptable and may be forwarded via fax number 252-335-6452. Offeror?s are instructed to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications?Commercial Items (May 2001) with their offers. Offerors that do not have access to these certifications may request a copy from the point of contact reference 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 (Oct 2000); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (May 2001); FAR 52.203-6, Restrictions on Subcontractors Sales to the Government (Jul 1995), Alternate I, (Oct 1995); FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000); FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Feb 2001) FAR 52.222-26, Equal Opportunity (Apr 1984); 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 19998), FAR 52.222-37; Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Apr 1998), FAR 52.225-3, Buy American Act?North American Free Trade Agreement?Israeli Trade Ace?Balance of Payments Program (Feb 2000), Alternate I (Feb 2000); FAR 52.233-3, Protest After Award (Aug 1996),. FAR 52.212-4 applies and is tailored as follows: FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-8, Cancellation, Rescission, 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; 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 52.216-18, Ordering (Oct 1995) (paragraph (a) ? at any time during the effective term of the contract including the effective period of any option(s) exercised); FAR 52.216-19, Order Limitations (Oct 1995) (paragraph (a) ? less than 1 each; paragraph (b)(1) ? the total estimated contract line quantity; paragraph (b)(2) ? 50 percent of the estimated quantity; paragraph (b)(3) ? 15 calendar days); FAR 52.216-21, Requirements (Oct 1995) (paragraph (f) ? 90 calendar days after expiration of contract); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 1989); (paragraph (a) ? prior to expiration of the preceding contract term; paragraph (c) ? 5 years); FAR 52.219-6, Notice of Small Business Set-Aside (Jul 1986); FAR 52.243-1, Changes-Fixed Price (Aug 1987) Alternate I (Apr 1984); FAR 52-249-1, Termination for Convenience of the Government (Fixed-Price)(Short-Form) (Apr 1984); FAR 52.247-34, F.o.b. 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. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-01-Q-30019/listing. html)
Record
Loren Data Corp. 20010711/16SOL009.HTM (D-190 SN50R298)

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