Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2017 FBO #5593
SOLICITATION NOTICE

16 -- Procurement of Rivets - Schedule - T&Cs - J&A

Notice Date
3/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-17-Q-J00109
 
Archive Date
4/7/2017
 
Point of Contact
Tony Twiddy, , Monique Swinson, Phone: 252-384-7144
 
E-Mail Address
Tony.R.Twiddy@uscg.mil, monique.swinson@uscg.mil
(Tony.R.Twiddy@uscg.mil, monique.swinson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A Terms and Conditions Schedule Currently FBO is having issues and attachments can not be uploaded. Please request a copy of all attachments from the POC Tony R. Twiddy. For KO Review Only - Do Not Post to FBO Classification Code: 16-Aircraft Components and Accessoires Title: Procurement of Rivets Response Date: 3/23/2017 at 12:00 pm Eastern Time This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13.5, 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. Solicitation number HSCG38-17-Q-J00109 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 19, 2017, which incorporates FAC-94. The applicable North American Industry Classification Standard Code is 332722. The small business size standard is 500 employees. This is an unrestricted requirement. It is anticipated that one requirements contract consisting of one (1) one-year base period and, if exercised, four (4) one-year option periods will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed five (5) years. The list of items and estimated quantities can be found on Attachment 1 - Schedule. All parts shall have clear traceability to the Original Equipment Manufacturers (OEM), Cherry Aerospace Division (Cage Code: 11815). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to the distributor. Contractors having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government shall ensure all procurements are awarded without jeopardizing quality or safety of flight. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Newly manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or a certificate of conformance and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures. The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. The COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certifications including traceability to the manufacturer, manufacturer's COC to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. All distributors must provide traceability for the product back to the OEM. All responsible sources may submit a quotation which shall be considered by the agency. All parts shall be NEW approved parts. Consistent with FAR Provision 52.212-1(h), the Government reserves the right to make more than one award (multiple awards) for different line items, if, after considering the additional administrative cost to the Government of awarding and administering separate contracts, it is determined that the multiple awards will result in the best value to the Government. For purposes of evaluating the cost of making multiple awards, it is assumed that the administrative cost of awarding and administering a contract is $500. The following documents are attached: Attachment 1- Schedule Attachment 2- Terms and Conditions Attachment 3- J&A Closing date and time for receipt of offers is 3/23/2017 at 12:00 pm Eastern Time. Anticipated award date is on or about 3/30/2017. E-mail quotations are preferred and may be sent to Tony Twiddy at tony.r.twiddy@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate HSCG38-17-Q-J00109 in subject line. Quotations may also be mailed to the following address: USCG ALC 1664 Weeksville Road MRR Procurement Hangar 79, HSCG38-17-Q-J00109 Attn: Tony R. Twiddy Elizabeth City, NC 27909
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-17-Q-J00109/listing.html)
 
Record
SN04435961-W 20170317/170315234656-626aa503566b91016eff46ea091a6097 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.