SOLICITATION NOTICE
17 -- ACTUATOR TEST SET
- Notice Date
- 7/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- HSCG38-11-Q-500058
- Archive Date
- 8/27/2011
- Point of Contact
- Linda J. Stulick, Phone: (252)335-6204, Daniel House, Phone: 252-334-7230
- E-Mail Address
-
Linda.J.Stulick@uscg.mil, Daniel.K.House@uscg.mil
(Linda.J.Stulick@uscg.mil, Daniel.K.House@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities 1. Action Code: K 2. Send to Fed Biz Ops: Yes 3. Date: 25 July 2011 4. Classification Code: 17 - AIRCRAFT LAUNCHING, LANDING & GROUND HANDLING EQUIPMENT 5. Contracting Office Address: USCG Aviation Logistics Center ESD Procurement 1664 Weeksville Road Elizabeth City, North Carolina 27909-5001 6. Title: ACTUATOR TEST SET 7. Response Date: 12 August 2011 8. Primary Point of Contact: Linda Stulick 9. Secondary Point of Contact: Belinda Watkins 10. Solicitation Number: HSCG38-11-Q-500058 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) Part 12.6, 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 HSCG38-11-Q-500058 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable North American Industry Classification Standard Code is 334511. The small business size standard is 750 employees. This is an unrestricted solicitation as there is no reasonable expectation of obtaining offers from two (2) or more responsible small business concerns. All responsible sources may submit a quotation, which shall be considered by the agency. The original equipment manufacturer (OEM) is Sagem Avionic Inc. (Cage Code 003T0). The government intends to award to Sagem Avionic Inc. or a responsible contractor who can provide an items that meets the product description herein. The contractor shall furnish a Certificate of Conformance (COC) in accordance with FAR Clause 52.246-15. The COC must be submitted in the format specified in the clause. Offerors shall provide necessary certifications including traceability to the OEM. The awardee must be able to provide a clear, documented, auditable paper trail for ownership and transfer of each part from the OEM to the final vendor. This equipment is a portable test set/fixture used to control and set-up H65 flight control system series and trim/feel actuators. PRODUCT DESCRIPTION: NSN: 4920-01-HS1-9210 QTY 6 each P/N: 418-65037-004 TEST SET, ACTUATOR/TRIM/FFEL Requested delivery date: Feb 15, 2012 ALC "NSN" assigned to a part number/items which contains any Alpha characters (HS1, HR2) is not an NSN (National Stock Number) but is a LSN (Local Stock Number) assigned to the part number for ALC supply tracking purposes. NO SUBSTITUTE OR ALTERNATE PARTS WILL BE CONSIDERED. ONLY NEW PARTS WILL BE ACCEPTED. NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. 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. 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 Jun 2008 52.212-2 Evaluation-Commercial Items Jan 1999 The provision at FAR 52.212-2 is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated in accordance with the evaluation procedure in FAR 13.106-2. 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. Delivery: The offeror must include information on lead time and F.O.B. information (DESTINATION) in accordance with the requirements in this solicitation. Offerors that can meet the government's required delivery date will be rated higher than offeror that are unable to deliver on time. Offerors that can delivery sooner than the government's required delivery date will be rated the highest. 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 Jun 2010 52.212-5 Contract Terms and Conditions Required to Implement May 2011 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 12 August 2011, 4:00 p.m., EST. Anticipated award date is on or about 26 August 2011. E-mail quotes and facsimile quote are acceptable. E-mail quotes may be sent to primary Point of Contact linda.j.stulick@uscg.mil, 252-335-6204, or alternate Belinda.T.Watkins@uscg.mil, 252-335-6541. Please indicate HSCG38-11-Q-500058 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, HSCG38-11-Q-500058 Attn: Linda J. Stulick Elizabeth City, NC 27909
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-500058/listing.html)
- Place of Performance
- Address: USCG AVIATION LOGISTICS CENTER, 1664 WEEKSVILLE ROAD, ELIZABETH CITY, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN02509898-W 20110727/110725235327-b4bed492d33d56998dc434720580a2d3 (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 |