|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,2000 PSA#2532Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 16 -- AIRCRAFT COMPONENTS AND ACCESSORIES SOL DTCG38-00-Q-100024 DUE
032000 POC Linda D. Hutzler, Contract Specialist, (252)334-5212, or L.
J. Hudson, Contracting Officer, (252)335-6142 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 (DTCG38-00-Q-100024)
incorporates provisions and clauses in effect through Federal
Acquisition Circular 97-14. The Standard Industrial Classification Code
is 3728. The small business size standard is 1,000 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 contract. The award will
be in accordance with FAR 6.302-1. The USCG intends to negotiate and
award to Dassault Falcon Jet Corporation or an authorized OEM
distributor for the purchase of : Clin#1: NSN-1560-14-370-1419,
P/N-MY20265-10,Window Side.Qty 5 each; Clin#2: NSN-3120-14-373-3187,
P/N-BLA10SP1, Bushing, Sleeve, Qty 20 each; Clin#3:
NSN-5306-14-369-3475, P/N-L22138-50-19BEM, Bolt, Close Tolerance, Qty
175 each; Clin#4: NSN-1560-01-074-2945, P/N-MY20266-10-3,Window Panel,
Aircra, Qty 2 each; Clin#5: NSN-6685-14-370-9277, P/N-1-1118ZG,
Transmitter, Presure, Qty 10 each; Clin#6: NSN-1680-14-376-0307,
P/N-4171988, Blade, Windshield WI, Qty 11 each; Clin#7:
NSN-1560-14-475-1779, P/N-MY20295-07817, End Fitting, Qty 17 each;
Clin#8: NSN-5330-14-297-1331, P/N-MY20208-40820, Seal, Nonmetallic Sp,
Qty 3 each; Clin#9: NSN-3120-14-370-1791, P/N-MY20118-11810-2, Ball
Joint, Qty 5 each; Clin#10: NSN-5330-14-383-1912, P/N-MY207271305G02,
Gasket, Qty 25 each; Clin#11: NSN-5340-14-384-3180, P/N-28SE7, Clamp,
Qty 50 each; Clin#12: NSN-5305-14-417-4739, P/N-MY20260-026-1R1, Screw,
Qty 6 each; Clin#13: NSN-6150-14-421-4006, P/N-75-20-2BB275, Lead,
Electrical, Qty 10 each; Clin#14: NSN-1560-14-489-3977,
P/N-MY20264-10-5, Windshield Panel, A1, Qty 3 each; Clin#15:
NSN-5315-14-370-1533, P/N-MY20321-1502, Pin, Shouldered Head, Qty 7
each; Clin#16: NSN-5365-14-411-4101, P/N-MY20726001G01, Spacer, Ring,
Qty 125 each; Clin#17: NSN-2840-01-378-9286, P/N-3001158-2, Seal Assy,
Qty 10 each; Clin#18: NSN-5330-14-297-1338, P/N-MY20296-12, Seal
Nometallic SP, Qty 25 each; Clin#19: NSN-1560-01-HS1-4128,
P/N-MY20295-07815, End-Fitting, Qty 10 each; Clin#20:
NSN-5305-14-473-8887, P/N-MY20717-008, Screw, Qty 75 each; Clin#21:
NSN-5310-14-352-3867, P/N-23114BC080LE, Washer, Qty 10 each; Clin#22:
NSN-5305-01-HS1-3955, P/N-22201BE062005M, Screw, Qty 16 each; Clin#23:
NSN-5305-01-HS1-3956, P/N-22201BE062008M, Screw, Qty 18 each; Clin#24:
NSN-5306-14-346-2819, P/N-38460BE052006ME, Screw, Qty 20 each; Clin#25:
NSN-5306-14-514-3945, P/N-22201BE052005L, Screw, Qty 16 each; Clin#26:
NSN-5331-01-HS1-2637, P/N-S9869-2, O-Ring, Qty 40 each; Clin#27:
NSN-1670-14-303-6369, P/N-936-6, Chute Drag, Qty 15 each; Clin#28:
NSN-5310-14-316-1908, P/N-23112BC060LE, Washer, Recessed, Qty 1700
each; Clin#29: NSN-1560-01-HS1-4280, P/N-MY20161-1101, Support Roller,
Qty 5 each; Clin#30: NSN-1560-01-HS1-4279, P/N-MY20161-13M1, Fitting,
Linkge Assy, Qty 5 each; Clin#31: NSN-1560-14-516-5937,
P/N-MY2032116G01, Bearing, Qty 5 each; Clin#32: NSN-1560-14-405-6131,
P/N-1701, Isolatin, Upper Surf, Qty 2 each; Clin#33:
NSN-3040-14-392-5984, P/N-MY20718-37820-2, Bell Crank, Qty 4 each;
Clin#34: NSN-5306-14-370-1607, P/N-MY20115-10820-1, Bolt Assy, Qty 15
each; Clin#35: NSN-9390-14-370-1598, P/N-MY20264-20850, Nonmetallic
Special, Qty 20 each; Clin#36: NSN-1560-14-411-4307,
P/N-MY20137-3096015, Brush, Qty 9 each; Clin#37: NSN-3120-14-421-7908,
P/N-GLS35NSP2, Bearing, Plain, Self, Qty 9 each; Clin#38:
NSN-1560-14-410-0112, P/N-1703, Insulation, Blanket, Qty 5 each;
Clin#39: NSN-6650-14-505-3053, P/N-7700070-501, Window-Optical, Qty 1
each; Clin#40: NSN-6240-14-306-4539, P/N-53940000106839A, Blister, Qty
4 each; Clin#41: NSN-5315-14-373-2940, P/N-A22950-322, Pin NLG Telesco
Bar, Qty 2 each; Clin#42: NSN-1650-14-373-2943, P/N-A101-24660, Swivel
Joint, Hydrau, Qty 2 each; Clin#43: NSN-6620-14-383-1893,
P/N-MY2051515510G02, Support Transpress, Qty 6 each; Clin#44:
NSN-3110-14-384-9773, P/N-RNA18014DER160, Bearing, Roller Trac, Qty 50
each; Clin#45: NSN-4720-14-392-0722, P/N-19644L0520, Hose Assy
Nonmetali, Qty 7 each; Clin#46: NSN-5340-14-396-8294, P/N-15363-12,
Clamp, Loop, Qty 50 each; Clin#47: NSN-5965-14-400-7916,
P/N-MY20215-002, Holder, Microphone, Qty 7 each; Clin#48:
NSN-4720-14-405-6144, P/N-70648-510, Hose Assembly Nonme, Qty 4 each;
Pricing shall reflect any quantity discount. The Coast Guard does not
own nor can it provide specifications, plans, drawings or other
technical data. Delivery will be made to USCG, Aircraft Repair and
Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC
27909-5001. F.O.B. Point shall be F.O.B. Destination. Desired delivery
date is 15 days after contract award; required delivery date is 30
days after contract award. 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 to ensure items are in accordance with manufacturer
specifications will be performed at destination. These parts are for
use on the HU-25 Falcon aircraft. All responsible sources may submit an
offer which will be considered. Offerors shall be able to provide
necessary certification to ensure parts are in airworthy condition,
suitable for installation on U.S. Coast Guard aircraft. Sources shall
be certified by the FAA or the OEM. Anticipated award date is April 25,
2000. Closing date and time for receipt of offers is March 20, 2000,
4:00 pm, Eastern Standard Time. Facsimile Offers are acceptable and may
be forwarded via fax to 252-334-5427. Offers may be submitted on
company letterhead stationery indicating the nomenclature; part number;
unit price; FOB point; payment terms and any discount offered for
prompt payment, the business size standard and any minority
classification; and delivery date. The following Federal Acquisition
Regulation (FAR) provisions and clauses apply: FAR 52.212-1,
Instructions to Offerors, Commercial Items (Nov 1999); FAR 52.212-2,
Evaluation- Commercial Items (Jan 1999), award will be made to the
offeror who submits the most advantageous offer to the Government
meeting the USCG requirements and considering price and delivery. FAR
52.212-3, Offeror Representations and Certifications, Commercial Items
(Oct 1999) and Alt I (Oct 1998) and Alt III (Jan 1999), these
certifications must be included with quotation, copies may be obtained
by contacting the agency; FAR 52.212-4, Contract Terms and Conditions,
Commercial Items (May 1999); ADDENDUM- FAR 52.211-15, Defense
Priorities and Allocations System Rating: DO-A1 (Sep 1990); FAR
52.246-2, Inspection of Supplies Fixed Price (Aug 1996); FAR 52.246-15,
Certificate of Conformance (Apr 1984); FAR 52.252-2, Clauses
Incorporated by Reference (Feb 1998), full text may be accessed
electronically at this internet address: http://www.deskbook.osd.mil.
End of Clause 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. 253(g) 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 52.222-21, 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
52.232-34, Payment by Electronic Funds Transfer- Other than Central
Contractor Registration (31 U.S.C. 3332); 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 02/04/00 (W-SN422092). (0035) Loren Data Corp. http://www.ld.com (SYN# 0145 20000208\16-0001.SOL)
16 - Aircraft Components and Accessories Index Page
|
|