|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610Department of Transportation, United States Coast Guard (USCG),
Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65,
H60J, C130 or Support Procurement, Building 79, 75, 79, 78, or 63,
Elizabeth City, NC, 27909-5001 16 -- PROCUREMENT OF ALTIMETER SET, ELECTRONIC SOL DTCG38-00-Q-30021
DUE 060900 POC Larry Griffin, C130 Supply Technician, Phone
252-335-6560, Fax 252-335-6452, Email lmgriffin@arsc.uscg.mil -- Martha
Hebrew, C130 Contracting Officer, Phone 252-335-6557, Fax 252-335-6452,
Email WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG38-00-Q-3
0021&LocID=487. E-MAIL: Larry Griffin, lmgriffin@arsc.uscg.mil. 17.
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 requirement will
be satisfied using commercial acquisition procedures specified in FAR
Part 12. This announcement constitutes the only solicitation;
firm-fixed-price proposals for procurement of the following items are
requested and a written solicitation will not be issued. Solicitation
number DTCG38-00-Q-30021 is being assigned to this procurement for
tracking purposes only and this synopsis/solicitation is being issued
as a Request for Proposal (RFP). The incorporated clauses and
provisions are those in effect through Federal Acquisition Circular
97-17. This requirement is considered a small business set-aside; the
Standard Industrial Classification Code is 3728 and the size standard
is 1000 employees. This synopsis/solicitation is issued for the
procurement of Altimeter Set, Electronic NSN 5841-01-426-8489, P/N
622-3890-103 for a quantity of 2 each. Offeror's proposals are to
include a delivery schedule. Desired delivery to commence within 30
days after receipt of material. Early deliveries are acceptable and
desired at no additional cost to the Coast Guard. Inspection and
acceptance shall be performed at destination by USCG ARSC Receiving
Personnel. FOB point shall be destination. Copies of packing slips
shall be affixed to the outside of the shipping container. Packaging of
the items for return shipment shall be in accordance with the
Contractor's best commercial practices with the following exceptions:
Each item or unit must be individually packed in a separate box,
carton, or crate. Each individual container shall be labeled on the
outside with NSN, Part Number, Serial Number, Quantity, Nomenclature,
Purchase Order Number, and Line Item. Only Bar Coding of the NSN is
necessary. The internal packaging material shall be sufficient to
prevent damage during shipment, handling, and storage. Each unit shall
be packaged to protect against electrostatic damage. Preservation
protection must be sufficient to prevent corrosion, deterioration or
decay during warehouse storage for a period of one year, but no
preservation coating will be applied directly to the component.
Packaging material shall NOT consist of the following material:
popcorn, shredded paper, styrofoam of any type, or peanut style
packaging. Components will be serial number tracked by the Coast
Guard's Avionics Tracking System, (ATS). The contractor shall maintain
a legible component tracking form for each item. The tracking form
shall show the component's part number, nomenclature and serial number.
The specific form; (i.e., contractor's existing form), to be used shall
be submitted with the contractor's proposal, at which time it will be
reviewed for the required information and acceptability by the
Contracting Officer, within five calendar days. Completion of three
legible copies of the tracking form are to be distributed as follows:
one copy shall be attached to the original invoice, one copy shall be
placed inside the shipping container with the component, and one copy
shall be mailed to: Commanding Officer, U.S. Coast Guard, Aircraft
Repair and Supply Center, Attn: Code 3200 (Tracking Entry), Elizabeth
City, NC 27909-5001. The closing date for receipt of offers is 09 June
2000, 3:00 PM, EDT. Facsimile offers are acceptable and may be
forwarded via fax number 252-335-6452. Offeror's are instructed to
include a completed copy of FAR provision 52.212-3, Offeror's
Representations and Certifications-Commercial Items (Feb 2000) with
their offers. Offeror's that do not have access to these certifications
may request a copy from the point of contact referenced above to obtain
them. The following FAR provisions and clauses apply to this
solicitation and are incorporated by reference: FAR 52.212-1,
Instructions to Offeror's -- Commercial Items (June 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 Subcontractors Sales to the Government (Jul 1995),
Alternate I, (Oct 1995); FAR 52.219-8, Utilization of Small, Small
Disadvantaged and Women-Owned Small Business Concerns (Jan 1999); FAR
52.222-36, Equal Opportunity (Apr 1984); FAR 52-222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (Apr 1998); FAR
52.222-36, Affirmative Action for Workers with Disabilities (June
1998); FAR 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (Apr 1998); FAR 52.225-3, Buy American
Act-Supplies (Jan 1994); FAR 52.233-3, Protest After Award (Aug 1996);
FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-8, Cancellation,
Recession, and Recovery of Funds for Illegal or Improper Activity; FAR
52.203-10, Price or Fee Adjustment for Illegal or Improper Activity
(Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain
Federal Transactions; FAR 52.204-4, Printing/Copying Double-Sided on
Recycled Paper (Jun 1996); FAR 52.211-15, Defense Priority and
Allocation Requirements (Sep 1990); FAR 52.219-6, Notice of Small
Business Set-Aside (Jul 1986); FAR 52.243-1, Changes Fixed Price (Aug
1987) Alternate I (Apr 1984); FAR 52.245-1, Property Records (Apr
1984); FAR 52.247-34, FOB Destination (Nov 1991). Defense Priorities
and Allocations System Rating: DO-A1. Notice to Offeror's: 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 Offeror's and
resolve them, where possible, without expensive and time consuming
litigation. Potential Offeror's 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's 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 No. (202) 267-4011. Potential
Offeror's should provide the following information to the Ombudsman in
order to ensure a timely response: solicitation number, contracting
office, contracting office, contracting officer, and solicitation
closing date. ATTENTION: Minority, Women-Owned and Disadvantaged
Business Enterprises (DBE's)! 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 05/25/00
(D-SN458616). (0146) Loren Data Corp. http://www.ld.com (SYN# 0210 20000530\16-0015.SOL)
16 - Aircraft Components and Accessories Index Page
|
|