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