Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 11, 2001 PSA #2849
SOLICITATIONS

16 -- 16-AIRCRAFT COMPONENTS AND ACCESSORIES FOR THE USCG HU25 FALCON

Notice Date
May 9, 2001
Contracting Office
Department 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
ZIP Code
27909-5001
Solicitation Number
DTCG38-01-Q-100047
Response Due
May 25, 2001
Point of Contact
Denise Hall, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427, Email DHall@arsc.uscg.mil
E-Mail Address
Denise Hall (DHall@arsc.uscg.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. Solicitation number DTCG38-01-Q-100047 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25. The US Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to award a firm fixed price purchase order using simplified acquisition procedures to Original Equipment Manufacturer (OEM) Honeywell International Defense and Space for the purchase of the following items: CLIN 1: Sensor ECU07, 10 Each; P/N 129542-10, National Stock Number (NSN) 6685-01-074-2756; CLIN 2: Midfr. Spacer Shim, 1 Each, P/N 3003158-4, NSN: 5365-01-HS1-1130, CLIN 3: Thermocoulple, Immers., 3 Each, P/N 3876003-1, NSN: 6685-01-013-2058, CLIN 4: Plate Retaining, 1 Each, P/N 3001307-2, NSN: 5340-01-296-8828; CLIN 5: Tube Assy Metal, 4 Each, P/N 3001925-1, NSN: 4710-01-302-0663; CLIN 6: Tube and Fittings, 4 Each, P/N 3002415-1, NSN: 4710-01-307-2698; CLIN 7: Seal, 8 each, P/N S9819-050, NSN: 5331-01-425-0934; CLIN 8: Bearing, Roller, 6 Each, P/N 3001615-1, NSN: 3110-01-334-1365; CLIN 9: Gasket, 200 each, P/N 3070835-1, NSN: 5330-01-071-7947; CLIN 10: Sensor Inlet, 10 Each, P/N 3070816-9, NSN: 2840-01-074-7209. CLINs 2,6,7 and 8 are Flight Critical Items. This requirement is used in support of the US Coast Guard HU25 Falcon Aircraft. All Items are to be delivered to US Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909. The North American Industry Classification System (NAICS) code is 336413 and the small business size standard is 1000 employees. This is an unrestricted procurement. The Coast Guard does not own nor can it obtain specifications, drawings, plans or other technical data for this material. Requests for drawings will be disregarded. FOB Destination offers are desired. FOB Origin offers must include shipping charges to be considered responsive. Inspection shall be performed by Certificate of Conformance (COC) and acceptance of material shall be performed by the USGC Aircraft Repair and Supply Center Quality Assurance personnel. Items delivered shall be new material. Recondition/used material is not acceptable. Anticipated award date is 31 May 01. Desired delivery is 90 days after receipt of an order. Required delivery is 120 days after receipt of an order. Each piece of equipment shall be packaged in accordance with best commercial packaging to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Each individual container shall have a copy of the packing slip attached indicating the National Stock Number, Part Number, Purchase Order Number, and total quantity ordered. All responsible sources may submit an offer which shall be considered by the agency. Sources shall be FAA certified and material must have traceability to the OEM. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999)- award will be made to the Offeror proposing the best value to the Government considering technical acceptability, price, delivery, and past performance., FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2001) to include Alt I (Oct 2000), Alt II (Oct 2000), Alt III (Oct 2000) These certifications must be included with quote., FAR 52.212-4 Contract Terms and Conditions _Commercial Items (Mar 2000) with the following addendas: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.207-4 Economic Purchase Quantity _ Supplies (Aug 1987); FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated., FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984) , FAR 52.252-2 Clauses Incorporated by Reference (JUN 1998), the full text of the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil; FAR 52.246-2 Inspection of Supplies _Fixed Price (AUG 1996), FAR 52.246-15 Certificate of Conformance (APR 1984) and the Coast Guard required Airworthiness Certification Requirements.; FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders _Commercial Items (Feb 2001),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 52.222-19 Child Labor_Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.225-3 Buy American Act_North American Free Trade Agreement_Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note) Alternate I of 52.225-3; FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central contractor Registration (31 U.S.C. 3332); The Defense Priorities and Allocations Systems Rating is DO-A1. ATTENTION: Minority, Women-owned and Disadvantaged Businesses (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 on STLP, call (800) 532-1169, Internet address: http://osdbuweb.dot.gov. Offers may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part Number, Unit Price, Extended Price, Estimated Delivery, Payment Terms and discount offered for prompt payment, FOB Shipping terms including shipping costs for FOB Origin quotes, any required quantity variation and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2001) of copies can be obtained by calling the Agency. The closing date and time for receipt of offers is 25 May 2001, 4:00 PM Eastern Time. Facsimile offers are acceptable and may be faxed to (252) 334-5427. Contact Denise Hall at (252) 335-6143 for questions regarding this solicitation. See Note 12
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTCG38-01-Q-100047&L=487)
Record
Loren Data Corp. 20010511/16SOL007.HTM (D-129 SN50L6C0)

16 - Aircraft Components and Accessories Index  |  Issue Index |
Created on May 9, 2001 by Loren Data Corp. -- info@ld.com