Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

58 -- Purchase of Rec-Trans Radar

Notice Date
5/25/2023 10:37:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03823QH0000080
 
Response Due
6/13/2023 9:00:00 AM
 
Archive Date
06/28/2023
 
Point of Contact
Zachary Harris, Phone: 2523847400, Wade Boyce, Phone: 2523347377
 
E-Mail Address
Zachary.R.Harris@uscg.mil, wade.h.boyce@uscg.mil
(Zachary.R.Harris@uscg.mil, wade.h.boyce@uscg.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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.� Solicitation number 70Z03823QH0000080 is issued as a Request for Quotation (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02, effective 03/16/2023. This requirement will be satisfied using FAR Part 12 Acquisition of Commercial Products and Commercial Services and FAR Part 13 Simplified Acquisition Procedures. � This is an unrestricted requirement. �The applicable North American Industry Classification Standard Code is 336413.� The small business size standard is 1250 employees. It is anticipated that a firm-fixed price purchase order will be awarded on a sole source basis as a result of this synopsis/solicitation for the following items: Rec-Trans, Radar NOTE: No drawings, specifications, or schematics are available from this agency. All parts shall be FACTORY NEW. Only the items requested in this solicitation will be considered for award.� All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), Honeywell DSES (CAGE Code 94580).� Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. 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 equivalent European Aviation Safety Agency (EASA) Certification, 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 FAR 52.246-15. The COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC, and its own COC to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors, other than the OEM or an authorized distributor, must provide traceability for the offered product back to the manufacturer or authorized distributor. Consistent with FAR Provision 52.212-1(h), the Government reserves the right to make more than one award for different line items, if it is determined that multiple awards will result in the best value to the Government. To evaluate the cost of multiple awards, it will be assumed that the administrative cost to award and administer each purchase order is $500. �� Attachments: � Schedule Terms and Conditions Justification for other than Full and Open Competition Closing date and time for receipt of offers is 6/13/2023 at 12:00 PM Eastern Standard Time.� �Anticipated award date is on or about 7/6/2023.� E-mail quotations shall be sent to Zachary.R.Harris@uscg.mil. Please indicate the RFQ number in subject line.� NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time- consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance.� Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester�s concerns are unresolved, an Independent Review is available by the Ombudsman.� The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government.� The agency�s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed.� To be timely protests must be filed within the period specified in FAR 33.103(e).� Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fe924d8f34524e298c92d6527595f6a0/view)
 
Record
SN06695022-F 20230527/230525230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.