|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1997 PSA#1809Contracting Officer, USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 16 -- AIRCRAFT COMPONENTS AND ACCESSORIES SOL DTCG38-97-Q-200016 DUE
041197 POC Contact G. L. Knight, Contracting Officer, (919)335-6144
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 announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. DTCG38-97-Q-200016 is issued
as a Request for Quotation and incorporates provision and clauses in
effect through Federal Acquisition Circular 90-42. This is an
unrestricted acquisition. The Standard Industrial Classification Code
is 3728. The small business size standard is 1000 employees. This item
is utilized on the HH-65A aircraft. Item number 1, Connector, NSN
5935-01-HS1-2759, P/N DPX2MAA106PA106P33BO*, quantity required: 70
each, item number 2, Connector, NSN 5935-01-HS1-2758,
DPX2MAA106SA106S34BO*, quantity required: 65 each, item 3, Connector,
NSN 5935-01-HS1-2760, P/N DPXBMAA10634S0201, quantity required: 150
each, item number 4, Connector, NSN 5935-01-HS1-2761, P/N
DPXBMAA10633P0201, quantity required: 140 each, item number 5,
Backshell, NSN 5935-01-HS1-2762, P/N DPX22074525, quantity required:
100 each. Items are to be delivered no later than 180 days from receipt
of Purchase Order to USCG Aircraft Repair & Supply Center, Receiving
Section, Bldg. 63, Elizabeth City, NC 27909-5001. Delivery shall be
F.O.B. destination with final acceptance at destination. The following
Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR
52.212-1 Instructions to Offerors -- Commercial Items (Oct 1995); FAR
52.212-2 Evaluation -- Commercial Items (Oct 1995) -- The following
factors, in descending order of importance, shall be used to evaluate
offers: Technical capability of the item to meet the Government's
requirement, price and past performance; FAR 52.212-3 Offeror
Representations and Certifications -- Commercial Items (Jan 1997) --
Offerors shall include a completed copy of this provision with its
offer; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Aug
1996) with the following addenda: 52.211-5 New Material (May 95),
52.211-7 Other Than New Material, Residual Inventory, and Former
Government Surplus Property (May 95), 52.211-14 Notice of Priority
Rating for National Defense Use (Sep 90) DO-A1 rated, 52.211-15 Defense
Priority and Allocation Requirements (Sep 90), 52.211-16 Variation in
Quantity (Apr 84) (b) 0% increase, 0% decrease; total contract
quantity, 52.211-17 Delivery of Excess Quantities (Sep 89), 52.247-34
F.O.B. Destination (Nov 91), 52.247-54 Diversion of Shipment under
F.O.B. Destination Contracts (Mar 89). Packaging Instructions, each
piece of equipment shall be packaged in accordance with best commercial
packaging to enable shipment to destination and transshipment to a
Coast Guard unit without repacking or incurring damage during shipping
and handling. Material shall be marked in accordance with
MIL-STD-129M, Marking for Shipment and Storage, dated 15 Jun 93. All
labeling will be imprinted with the appropriate National Stock
Number,Part Number, Nomenclature, Quantity, Contract Number, Delivery
Order Number, Cure Date as provided, and Serial Number. Labeling data
shall be attached to the outside of the shipping container. Inspection
and acceptance to ensure that item is in accordance with
manufacturer's specifications shall be performed by USCG Quality
Assurance personnel at destination. FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (Aug 1996), paragraphs (b)(6)-(10) apply. FAR
52.214-22, Evaluation of Bids for Multiple Awards (Mar 1990). Closing
date and time for receipt of offers is 11 April 1997, 3:00 PM, Eastern
Standard Time. Facsimile Offers are acceptable and may be forwarded
via Fax Number (919)335-6496. This Notice is for Informational purposes
for Minority, Women-Owned and Disadvantaged Business Enterprises: The
Department of Transportation (DOT), Office of Small Disadvantaged
Business Utilization (OSDBU), has a program to assist minority,
woman-owned and disadvantage business enterprises to acquire short term
working capital assistance for transportation-related contracts. Loans
are available under the DOT Short Term Lending Program (STLP) at prime
interest rates to provide accounts receivable financing. The maximum
line of credit is $500,000. For further information and applicable
forms concerning the STLP please call the OSDBU at (800) 532-1169. For
information concerning the acquisition, contact the contracting
official listed above. (0080) Loren Data Corp. http://www.ld.com (SYN# 0166 19970325\16-0014.SOL)
16 - Aircraft Components and Accessories Index Page
|
|