|
COMMERCE BUSINESS DAILY ISSUE OF MAY 18,2000 PSA#2603Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 16 -- HU-25 AUXILIARY POWER UNIT MUFFLERS SOL DTCG38-00-Q-100049 DUE
060200 POC Jamie W. Colson, 252-335-6499 or L. J. Hudson, 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
incorporates provisions and clauses in effect through Federal
Acquisition Circular 97-16. The Standard Industrial Classification Code
is 5084. The small business size standard is 1000 employees. This is an
unrestricted procurement. The contract will be awarded using simplified
acquisition procedures in accordance with FAR Part 13.5. The
procurement will be awarded as a firm fixed-price supply contract. The
USCG intends to award to Senior Flexonics, Inc., the Original
Equipment Manufacturer for the installed HU25 APU Muffler. The CLINs
and quantities are as follows: Clin 1: NSN: 1560-01-283-9444, P/N:
9908697-105, Muffler, Exhaust, 37 EA; Clin 2: NSN: 2840-01-HS1-4450,
P/N: 9908697-KIT, APU EXT. TOOLING KIT, 1 EA; Clin 3: REPRODUCED
DRAWINGS, 1 SE. Drawings and/or Specifications are not available and
cannot be furnished by the Government. Items are to be delivered to
Commanding Officer, Aircraft Repair and Supply Center, Elizabeth City,
North Carolina, 27909. F.O.B. Point will be in accordance with
Contractors standard commercial practice. Packaging : Shall be in
accordance with ASTM D 3951-98 dated 10 Nov 1998, Commercial Packing,
Shipping, and Storage Procedures. Exceptions: 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, 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 the container. Inspection and
acceptance of material shall be performed at the contractor's facility
by DCMC. Required delivery is not less than four (4) new mufflers
within ninety (90) days of contract award with a continued delivery at
a rate of not less than four (4) per month until all 37 have been
delivered. Items delivered under this contract shall be new material.
Reconditioned/Used material is not acceptable. Anticipated award date
04 October 2000. All responsible sources may submit a proposal which
shall be considered by the Agency. Closing date and time for receipt of
offers is 25 June 2000, 4:00 pm, Eastern Standard Time. Facsimile
offers are acceptable and submitted on company letterhead stationery
indicating the nomenclature; part number; unit price 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. The following FAR provisions and clauses apply to this
request for quotation and are incorporated by reference. 52.212-1
INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (Mar 2000) 52.212-2
EVALUATION -- COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR
REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (Feb 2000)
Alternate I (Oct 1998). Alternate III (Jan 1999). Offerors shall
include a copy of this provision with their offer. 52.212-4 CONTRACT
TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1999) IAW 12.302.
ADDENDUM 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER. (Jun
1999) 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION
OTHER THAN COST OR PRICING DATA (OCT 1997) Alternate IV (Oct 1997).
Provide information on the prices at which the same or similar items
have been sold in the commercial market. 52.246-11 HIGHER-LEVEL
CONTRACT QUALITY REQUIREMENT (FEB 1999) The contractor shall comply
with ISO 9001 or ISO 9002, ANSI/ASQC Q9001, Q9002 or a Quality System
that is acceptable to the government. Contractor shall state quality
system to be used in the performance of this contract. 52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS -- COMMERCIAL ITEMS (FEB 2000) 52.203-6, RESTRICTIONS
ON SUBCONTRACTOR SALES TO THE GAVERNMENT, WITH ALTERNATE I (41 U.S.C.
253g and 10 U.S.C. 2402). 52.219-8, UTILIZATION OF SMALL BUSINESS
CONCERNS (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, PROHIBITION OF
SEGREGATED FACILITIES (Feb 1999). 52.222-26, EQUAL OPPORTUNITY (E.O.
11246). 52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND
VETERANS OF THR VIETNAM ERA (38 U.S.C. 4212). 52.222-36, AFFIRMATIVE
ACTION FOR WORKERS WITH DISABILITIES(29 U.S.C. 793). 52.222-37,
EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA
(38 U.S.C. 4212). 52.232-34, PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER
THAN CENTRAL CONTRACTOR REGISTRATION (31 U.S.C. 3332). 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 on STLP, call (800)532-1169, Internet address:
http://osdbuweb.dot.gov. 52.211-15 DEFENSE PRIORITY AND ALLOCATION
REQUIREMENTS. (Sep 1990) Anticipated award date is no later than 23 JUL
2000. Closing date and time for receipt of offers is 02 JUN 2000, 4:00
p.m., Eastern Standard Time. Facsimile offers are acceptable and may
be forwarded to 252-334-5427. Offers may be submitted on company
letterhead stationery indicating the nomenclature; part number; unit
price and extended price, FOB point; payment terms and any discount
offered for prompt payment, the business size standard and any minority
classification; delivery date, and Representation and Certifications
contained in FAR Clause 52.212-3, including Alternate I and Alternate
III. Contact Jamie Colson for questions regarding this solicitation at
252-335-6499. Posted 05/16/00 (W-SN455426). (0137) Loren Data Corp. http://www.ld.com (SYN# 0213 20000518\16-0013.SOL)
16 - Aircraft Components and Accessories Index Page
|
|