|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1999 PSA#2375Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 29 -- PIECE PARTS FOR THE SUNDSTRAND CONSTANT SPEED MOTOR SOL
DTCG38-99-Q-100053 DUE 071699 POC Sherri Peele, Contract Specialist,
(252)335-6491, L. J. Hudson, Contracting Officer, (252)335-6436 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; quotations are being requested and
a written solicitation will not be issued. This Request for Quotation
incorporates provisions and clauses in effect through Federal
Acquisition Circular 97-11. The Standard Industrial Classification Code
is 3594. The small business size standard is 500 employees. This is an
unrestricted procurement. The contract will be awarded using
simplified acquisition procedures in accordance with FAR Part 13.5. The
contract will be awarded as a firm fixed price requirements contract
for a base year and four ordering periods. The USCG intends to
negotiate and award to Sundstrand Aerospace, Rockford, IL, the Original
Equipment Manufacturer of the Constant Speed Motor used on the HU25
Falcon Jet. The award will be in accordance with FAR 6.302-1. The
following quantities are estimates only. Clin 1 NSN 1650-01-HR1-5137,
P/N 705763, Block, 50 ea per year, Clin 2 NSN 1650-01-HR1-5176, P/N
723353A, Housing, 5 ea per year, Clin 3 NSN 1650-01-326-0857, P/N
705771, Swashplate Control, 15 ea per year, Clin 4 NSN
1650-01-326-0858, P/N 706138, Swashplate Control, 15 ea per year, Clin
5 1650-01-326-9155, P/N 703378GA, Linear Piston, 55 ea per year for
the first three years and 35 ea per year for the two remaining years,
Clin 6 NSN 1650-01-326-9156, P/N 703378GB, Linear Piston, 55 ea per
year for the first three years and 35 ea for the remaining two years,
Clin 7 NSN 1650-01-328-4764, P/N 708553, Sleeve, 8 ea per year, Clin 8
NSN 1650-01-332-8884, P/N 708302, Cylinder Sleeve, 10 ea per year,
Clin 9 NSN 1650-01-333-9495, P/N 703378GX, Linear Piston, 35 ea per
year for the first three years and 55 ea for the remaining two years,
Clin 10 NSN 1650-01-333-9496, P/N 703378GD, Linear Piston, 35 ea for
the first three years and 55 ea for the remaining two years, Clin 11
NSN 1650-01-333-9497, P/N 703378GY, Linear Piston, 35 ea for the first
three years and 55 ea for the remaining two years, Clin 12 NSN
1650-01-333-9498, P/N 703378GC, Linear Piston, 55 ea for the first
three years and 35 ea for the remaining two years, Clin 13 NSN
1650-01-436-1345, P/N 708352, Liquid Pump Housing, 5 ea per year, Clin
14 NSN 1650-01-438-0582, P/N 708346, Cylinder Sleeve, 15 ea per year,
Clin 15 NSN 1650-01-442-1169, P/N 723356, Governor Weight, 15 ea per
year, Clin 16 NSN 2840-01-326-7049, P/N 730279, Metallic Seal, 20 ea
per year, Clin 17 NSN 3040-01-316-2673, P/N 705792, Connecting Link, 55
ea per year, Clin 18 NSN 3110-01-315-1300, P/N 58705, Annula Ball
Bearing, 20 ea per year, Clin 19 NSN 3110-01-326-9029, P/N 705767,
Outer Ring Bearing, 5 ea per year, Clin 20 NSN 3110-01-327-6448, P/N
706585, Roller Retainer, 20 ea per year, Clin 21 NSN 5305-01-HR1-5161,
P/N 708318, Screw, 10 ea per year, Clin 22 NSN 5330-01-315-9547, P/N
705743, Packing Retainer, 20 ea per year. Pricing shall reflect
quantity discounts. The Coast Guard does not own nor can it provide
specifications, plans, drawings or other technical data. The period of
performance is October 1, 1999 with four one-year ordering periods.
Delivery will be made to USCG, Aircraft Repair and Supply Center,
Receiving Section, Bldg. 63, Elizabeth City, NC 27909 M/F: Field Stock
(00001). F.O.B. Point will be in accordance with Contractors standard
commercial practice. Packaging and marking: Shall be in accordance
with ASTM D 3951-95 approved July 15, 1995. Note each part must be
individually packed in a separate box; Suitable for shipment via land,
air or sea; Each package shall be individually labeled on the outside
with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, Line Item
Number; Preservation protection must be sufficient to prevent
corrosion, deterioration or decay during warehouse storage for a period
of one year; Packaging material shall not consist of popcorn, shredded
paper, styrofoam of any type, or peanut style packaging; Bar coding is
authorized, however, not mandatory; AOG situation requires highly
visible lettering on the outside of container. Inspection and
acceptance of material shall be performed by DCMC located at
contractors facility. In addition; 100 percent inspection and
inspection data is required on Clin 1, part number 705763 until which
time the Government deems it reasonable to relax the requirement. The
inspection shall be in accordance with Sundstrand CMM 24-11-65, revised
January 15, 1989, (CGTO 1U-25A-11-294002), page 617, with the following
exceptions: Note 3 -- Use 0.020 (+0.010/-0.005) inches in depth. Also
inspect these same cylinder block circumferential and radial channels,
not otherwise noted in above reference, to be 0.078+/-0.010 inches in
width. Note 5 -- The flatness requirement (0.000030 TIR) applies only
to the load bearing surface around the kidney ports. The flatness at
the 14 outer lands is a nominal dimension. The USCG shall furnish to
Sundstrand Aerospace the following Government Furnished Property for
use in manufacturing part number 723353A; 1) P/N OVT01417 valued at
$33,826.00 and 2) P/N OVT01418 valued at $33,826.00. This property was
manufactured by Sundstrand Aerospace and is currently located at
Sundstrand under Purchase Order number DTCG38-99-P-100303 and will be
transfered to this contract when awarded. Desired delivery is 120 days
after receipt of contract. Required delivery is 180 days after receipt
of contract. Items delivered under this contract shall be new material.
Reconditioned/Used material is not acceptable. Anticipated award date
01 Oct 1999. All responsible sources may submit a proposal which shall
be considered by the Agency. Sources shall be certified by the FAA or
the OEM. Closing date and time for receipt of offers is July 16, 1999,
4:00 pm, Eastern Standard Time. Facsimile Offers are acceptable and may
be forwarded via fax number 252-335-6496. Offers may be submitted on
company letterhead stationery indicating the nomenclature; part number;
unit price for base and eachordering period and extended price; FOB
point; payment terms and any discount offered for prompt payment, the
business size standard and any minority classification; and delivery
date. See Numbered Note 12. The following FAR provisions and clauses
apply to this request for quotation and are incorporated by reference.
FAR 52.212-1 Instructions To Offerors Commercial Items (Aug 1998) FAR
52.212-2 Evaluation Commercial Items (Jan 1999) Award will be made to
the offeror who submits the lowest price meeting the USCG's
requirements FAR 52.212-3 Offeror Representations and Certifications
Commercial Items (May 1999) These certifications must be included with
quotation, copies may be obtained by calling the Agency FAR 52.212-4
Contract Terms and Conditions Commercial Items (May 1999) FAR 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items (May 1999) FAR 52.203-6 Restrictions
on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.
253g and 10 U.S.C. 2402) FAR 52.219-8 Utilization of Small Business
Concerns (15 U.S.C. 637 (d)(2) and (3)) FAR 52.219-9, Small Business
Subcontracting Plan (15 U.S.C. 637 (d) (4)); FAR 52.222-21 Prohibition
of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity
(E.O. 11246) FAR 52.222-35 Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.222-36 Affirmative
Action for Workers with Disabilities (29 U.S.C. 793) FAR 52.222-37
Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
(38 U.S.C. 4212) FAR 52.225-9 Buy American Act -- Trade Agreements Act
-- Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582) FAR
52.232-34 Payment by Electronic Funds Transfer-Other than Central
Contractor Registration (31 U.S.C. 3332) ADDENDUM FAR 52.247-45 F.O.B.
Origin and/or F.O.B. Destination Evaluation (Apr 1984) FAR 52.211-15
Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990) FAR
52.211-16 Variation In Quantity (Apr 1984) para (b) -- Increase: 10%
-- Decrease: 10% Applies to all contract line items FAR 52.216-18
Ordering (Oct 1995) (a) -- from date of award through 30 Sep 2004 FAR
52.216-19 Order Limitations (Oct 1995) para (a) -- less than 20 each
(exception Clins 2,3,4,7,8,13,14,15,19,21 less than 1) Para (b)(1) --
the total estimated contract line item quantity para (b)(2) -- 50
percent of the estimated contract quantity para (b)(3) -- 15 calendar
days para (d) -- 15 calendar days FAR 52.216-21 Requirements (Oct 1995)
para (f) -- 30 Sep 2005 FAR 52.219-16 Liquidated Damages-Subcontracting
Plan (Jan 1999) FAR 52.245-1 Property Records (Apr 1984) FAR 52.245-2
Government Property (Fixed-Price Contracts) ALT 1 (Apr 1984) FAR
52.245-17 Special Tooling (Dec 1989) FAR 52.246-11 Higher-Level
Contract Quality Req (Feb 1999) The contractor shall provide and
maintain a quality system equal to ISO 9001, ISO 9002, ANSI/ASQC,
Q9001, Q9002 or a higher-level system acceptable to the Government.
Contractor shall state quality system to be used in performance of this
contract. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)
Full Text may be accessed electronically at this internet address;
www.deskbook.osd.mil TAR 1252.219-70 Small Business and Small
Disadvantaged Business Subcontracting Reporting (Jun 1997) TAR
1252.245-70 Government Property Reports (Oct 1994) 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.***** Posted 06/23/99 (W-SN346419). (0174) Loren Data Corp. http://www.ld.com (SYN# 0258 19990625\29-0002.SOL)
29 - Engine Accessories Index Page
|
|