Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1997 PSA#1990

Contracting Officer, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001

16 -- AIRCRAFT COMPONENTS & ACCESSORIES SOL DTCG38-97-R-200009 DUE 122997 POC Point of Contact -- Contact Gail Payne, Contract Specialist, (919) 335-6821, or Elissa D. Gill, Contracting Officer (919) 335-6141 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number DTCG38-97-R-200009 is issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-01. The Standard Industrial Classification Code is 3728. The small business size standard is 1000 employees. The U.S. Coast Guard (USCG) requirement is to acquire spares for the U.S. Coast Guard HH65A Aircraft. The items with estimated quantities are: (1) Fuel Tank Front LH, NSN 1560-14-390-1320, P/N 366A55-1001-03, 24 EA (2) Fuel Tank Front RH, NSN 1560-14-390-1504, P/N 366A55-1002-03, 24 EA (3) Fuel Tank Center L, NSN 1560-14-390-1505, P/N 366A55-1003-03, 24 EA (4) Fuel Tank Center R, NSN 1560-14-390-1506, P/N 366A55-1004-03, 24 EA (5) Fuel Tank Rear, NSN 1560-14-390-1507, P/N 366A55-1005-03, 24 EA. The items and estimated quantities are the same for each of the four option years. Limited competition from approved original equipment manufacturers is anticipated (Aerazur and American Eurocopter Corporation) under the authority of FAR 6.302-1(b). Delivery is desired within 120 days and required within 240 days of the delivery order. Partial and early delivery is desired and acceptable. Delivery shall be to USCG Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Material shall be marked for field stock. Delivery shall be FOB destination only; therefore, offers should be inclusive of all custom/duty charges (if applicable). The Government intends to award a five year Requirements contract including one year base period and four one-year option periods (if exercised). Pricing for option years must be included with proposal. The provision at Federal Acquisition Regulation (FAR) 52.212-1 Instructions to Offerors-Commercial Items (JUN 97) is applicable to this acquisition. FAR 52.212-2, Evaluation-Commercial Items (OCT 95), also applies to this acquisition. The following factors in descending order of importance shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement, price, and past performance. Technical and past performance, when combined, are significantly more important than cost or price. The offeror shall submit a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 97) with the proposal. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 97), with the following included by addendum is applicable: 52.211-5 New Material (OCT 97), 52.211-14 Notice of Priority Rating for National Defense Use (SEP 90) DO rated, 52.211-15 Defense Priority and Allocation Requirements (SEP 90), 52.216-18 Ordering (OCT 95) (a) effective date of contract award through one year from effective date of contract award (base year) and effective date of option exercised through one-year from date of exercise for each option exercised, 52.216-19 Order Limitations (OCT 95) (a) one (1) each of any line item (b)(1) the total estimated line item quantity (2) total line item quantity or (3) 30 calendar days (d) 15 calendar days, 52.216-21 Requirements (OCT 95) (d) 12 January 2004, 52.225-11 Restrictions on Certain Foreign Purchases (OCT 96), 52.232-18 Availability of Funds (APR 84), 52.242-13 Bankruptcy (JUL 95), 52.244-1 Subcontracts (Fixed-Price Contracts) (FEB 95), 52.247-34 F.o.b. Destination (NOV 91). Additionally, each item shall be individually preserved, packaged and packed. Preservation and packaged shall be in accordance with Coast Guard's Technical Order 1H-65A-2-1, Chapter 28-10-00, Page 21, Para 901/Preservation and storage. Packing shall be in accordance with MIL-STD-2073-1, REV C 01 dated Oct 1996. Quality conformance tests are not required. Shippingcontainers shall be sufficient in size to permit hanging of the fuel tank with no folds or creases. Material shall be marked IAW MIL-STD-129M, Marking for Shipment and Storage, dated 15 Jun 93. Items of the same NSN shall be individually packaged and labeled with NSN, P/N, Quantity, Unit of Issue and contract number. All labeling shall be imprinted with the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Contract Line Item. Bar coding is not required. Contractor's label shall be placed in such a way that vendor's label is still visible. Inspection shall be accomplished by Certificate of Conformance and acceptance by ARSC Quality Assurance personnel at destination. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 96) (b)(1) (2) (3) (4) (6) (7) (8) (9) and (10) are also applicable to this acquisition. The Defense Priorities and Allocations System assigned rating is DO-A1. Closing date/time for submission of proposals is 22 December 1997, 3:00 EST. Submit to Aircraft Repair and Supply Center, Procurement Branch, Bldg. 63, Elizabeth City, NC 27909-5001, Attn: Gail Payne. 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 timeconsuming 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 (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting officer, and solicitation closing date. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information call (800)532-1169. Internet address: http://osdbuweb.dot.gov. (AC1208015-05) (0343)

Loren Data Corp. http://www.ld.com (SYN# 0155 19971211\16-0002.SOL)


16 - Aircraft Components and Accessories Index Page