COMMERCE BUSINESS DAILY ISSUE OF JULY 25, 2001 PSA #2900
SOLICITATIONS
16 -- 16 -- AIRCRAFT COMPONENTS OR ACCESSORIES
- Notice Date
- July 23, 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-100051
- Response Due
- August 3, 2001
- Point of Contact
- Linda Hutzler, HU25 Contract Specialist, Phone 252-334-5212, Fax 252-334-5427, Email LHutzler@arsc.uscg.mil
- Description
- 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 announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Proposal (DTCG38-01-Q-100051) incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. The North American Industry Classification System (NAICS) Code is 336413. 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 an authorized OEM or a responsible contractor who can provide a COC with traceability to the OEM for the purchase of:=20 CLIN # 1 MY20263-10-6 1560-14-484-3478 WINDOW, SIDE CO-PIL 3 CLIN # 2 1706A 1560-14-410-0113 INSULATION BLANKET 5 CLIN # 3 553-0321-118 1560-14-411-4151 CVR MT ROD U/R 3 CLIN # 4 553-0480-161 1560-14-411-4184 COVER, ACCESS 1 CLIN # 5 HMA10320 1650-14-374-1426 FILTER 3 CLIN # 6 MY20295-01880-1 1560-14-509-7817 ATTACH LINKAGE ASSY 2 CLIN # 7 M20H5530228-511 5340-14-411-4139 HINGE, BUTT 2 CLIN # 8 MY2037251G01 1680-01-HS1-2596 LINK ROD ASSY. 1 CLIN # 9 2198-25AZ 4820-14-371-5951 VALVE, NONRETURN 1 CLIN # 10 3752-12E 4730-01-HS1-4383 UNION 1 CLIN # 11 35-43 6220-14-328-3858 LIGHT, DOME 1 CLIN # 12 CG2070699623 4730-14-389-1974 CONNECTOR 5 CLIN # 13 MY2013720G02 1560-14-473-3467 RIB-TILTING L/H 2 CLIN # 14 MY2024705400G02 4710-14-473-3463 TUBE L/H 3 CLIN #15 MY20137-2081016 1560-14-411-4304 BRUSH 4 CLIN # 16 MY2072706G03 4710-14-451-2640 PIPE ASSY. 8 CLIN # 17 MY20295-4005 3040-14-370-1622 LEVER, MANUAL CONTRO 1 CLIN # 18 MY2013120G01 1560-14-411-4326 FENCE 1 CLIN # 19 MY20124-002 1560-14-489-3989 PANEL, WING 1 CLIN # 20 MY20295-0702 5310-14-370-1522 WASHER, SHOULDERED 27 CLIN # 21 MY20112-1102 5310-14-297-1301 WASHER, LOCK 10 CLIN # 22 MY20341-002 5305-14-370-1619 SCREW 60 CLIN # 23 MY20171-5404 5310-14-454-7360 NUT, PLAIN, HEXAGON 90 CLIN # 24 12TA10BE 5310-14-352-8600 NUT, SELF-LOCKING, HE 100 CLIN # 25 22201BE060017ME 5306-14-331-9281 BOLT, CLOSE TOLERANCE 1500 CLIN # 26 MY20201-1001 5310-14-389-8780 CUP WASHER 3000 CLIN # 27 23112BC060LE 5310-14-316-1908 WASHER, RECESSED 1000 CLIN # 28 MY20137-3072-15 1560-14-411-4040 RETAINER, PLATE, LOCK 70 CLIN # 29 L22138-50-16BEM 5306-14-369-3472 BOLT, CLOSE TOLERANCE 300 CLIN # 30 22201BE050009ME 5306-14-405-1560 SCREW 800 CLIN # 31 CG207069105 5330-14-400-3992 SEAL 20 CLIN # 32 MY20726001G01 5365-14-411-4101 SPACER, RING 40 CLIN # 33 MY20726002G01 5365-14-411-4102 SPACER, RING 60 CLIN # 34 22258BE060015ME 5305-01-HS1-4326 SCREW 120 CLIN # 35 22168BE060022M 5305-14-412-2390 BOLT, CLOSE TOLERANCE 25 CLIN # 36 MY20291-10814 5310-14-370-1518 WASHER, RECESSED 25 CLIN # 37 863060-09 5325-14-203-7248 RING, RETAINING 35 CLIN # 38 23202AM0280T 5325-14-204-0404 RING, RETAINING 15 CLIN # 39 22168BE050018M 5305-14-326-8464 SCREW 400 CLIN # 40 MY20550-018-1 5310-14-405-6681 WASHER, RECESSED 60 CLIN # 41 MY20137-3073-15 1560-14-411-4041 RETAINER, PLATE, LOCK 28 CLIN # 42 MY20295-07816 5325-14-449-3985 RING, RETAINING 25 CLIN # 43 MY20257-3504 5310-14-452-5313 WASHER, LOCK 23 CLIN # 44 MY20781-1501 5826-14-452-5324 BLOCK, PITOT/STATIC 5 CLIN # 45 MY20264-6008 5340-14-473-3272 POST 3 CLIN # 46 MY20380-001 5310-14-370-1519 WASHER, RECESSED 130 CLIN # 47 MY20373-5203 5310-14-370-1454 WASHER, KEY 10 CLIN # 48 MY20111-1204-15 5305-14-370-1617 SCREW 12 CLIN # 49 MY20295-07821 1560-14-370-1621 CORD ASSEMBLY, ELAST 20 CLIN # 50 VCS2BC050029L 5305-14-392-5904 SCREW 13 CLIN # 51 39445-BE120094M 5306-14-489-7122 PIN THREADED 2 CLIN # 52 MIN0XR047067 4730-14-429-2402 CLAMP, HOSE 250 CLIN # 53 MY20381-003 1680-14-452-4048 GUIDE, STABILIZER 3 CLIN # 54 06S0110401 5330-14-372-7238 GASKET 15 CLIN # 55 06S0121901 5330-14-372-7240 GASKET 15 CLIN # 56 BT37-3 5331-14-296-2809 O-RING 10 CLIN # 57 1500-2 5340-01-283-2838 HOOK,COAT, AND HAT 22 CLIN # 58 MY205151001G01 4730-14-383-1860 BOLT, FLUID PASSAGE 37 CLIN # 59 5TA10BE 5310-01-075-4359 NUT 75 CLIN # 60 M20H793020830B2 1560-01-076-0011 CABLE ASSY LG DOOR 3 CLIN # 61 MY20215-002 5965-14-400-7916 HOLDER, MICROPHONE 13 CLIN # 62 MY20211-0935 5365-14-370-1467 PLUG, MACHINE THREAD 8 CLIN # 63 3762-16E 4730-01-HS1-4137 UNION 5 CLIN # 64 MY20221-43914 3120-14-370-1355 BUSHING, SLEEVE 2 CLIN # 65 MY20295-0703-1 5315-14-370-1536 PIN, SHOULDER, HEADLE 3 CLIN # 66 MY20770-7782010 4010-14-455-6302 WIRE, EMERG HYD 2 CLIN # 67 MY20770-75820 4010-14-425-8128 WIRE 2 CLIN # 68 MY20277-10813 5307-14-503-5757 STUD 4 CLIN # 69 22168BE050017M 5305-14-369-3488 SCREW, CLOSE TOLERANE 300 =09 The manufacturers for the items listed above are item 8, Dassault Falcon Jet, Teterboro Airport, Box 2000, South Hackensack, NJ 07643; Phone (201) 440-6700, Fax (201) 487-4975, item s 25. 27. 29. 30, 34, 35, 38, 39, 69, BNAE Bureau de Normalisation de I?Aerotechnique, Technoplois 54 199 R Jean-Jacques Roussear, Issy Les Moulineaux F-92138, France, Phone (0) 147657000, Fax (0) 146629800, items 10, 63, Intertechnique SA, Zi Des Gatine, 61 R Pierre Curie, BP 1, Plaisir F-78370, France, Phone, (0)130548200, Fax (0) 130557161, item 5, S.I.P. STE Industrielle De Filtration SA, France, item 61, ESPA SA, 2 R De Balzac, Paris, F-75008, France, item 2, JEHIER, Tre De ST Ezin, BP 29, Chemille, F-49120, France, Phone (0) 24645400, Fax (0) 241645401, item 37, NOMEL SA, Foret Du Chateau, La Ferte Frenel F-61550, Phone (0) 233346629, Fax (0) 233343669, item 24, Simmonds SA Fairchild Fasterners, Fairchild Fasteners St Cosme, St Cosme En Vairais F-72580, France, Phone (0) 243314100, Fax (0) 354425299, item 57, BE Aerospace, 18475 Pacific Street, Fountain Valley, CA 92708-7004, Phone, (714) 962-8874, item 9, Liebherr Aerospace Toulouse SA, 408 Av des Etats Unis BP 2010, Toulouse F-31200, France, Phone (0) 561352828, Fax (0) 561352929, item 52, Serfles SA, 93 R Alexandre Fourny, BP 170, Champigny Sur Marny Cedex, F-94501, Phone (0) 145166060, Fax (0) 148816363, items 54, 55, Dassault Equipements Div de Dasssault, 9RP Champs Elysees Marcel Dassault, Paris F-75008, Phone (0) 153789300, items 1, 3, 4, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 27, 21, 22, 3, 26, 28, 31, 32, 33, 36, 40, 41, 42, 43, 44, 45, 46, 47, 48, 49, 50, 51, 53, 58, 60, 62, 64, 65, 66, 67, 68, Dassault Aviation, 9RP Champs Elysees Marcel Dassault, Paris F-75008, France, Phone (0) 153769300. 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, or as indicated on individual line items. F.O.B. Point shall be F.O.B. Destination. Desired delivery date is 30 days after contract award; required delivery date is 365 days after contract award. Packaging and marking: shall be in accordance with ASTM D 3951-98 approved Nov 10, 1998. Packaging instructions shall be: Clins 14-18, 21, 24-28, 32-34, 36-43, 4547, 49-50, 53-57, 59, 62-65. Bulk packaging of material is acceptable as long as the packaging is sufficient to prevent damage during shipment, handling and storage. ARSC is a supply depot, therefore material will be stored and transshipped to various users. The container must be sufficient to prevent during shipment, handling and storage. Preservation must offer protection from corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees fahrenheit and high humidity for a period of one year. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, quantity, nomenclature and contract number. Clins 1-13, 19, 20-23, 29-31, 35, 44, 48, 51, 52, 58, 60, 51, 66-69. Each part must be individually packed in a separate box; carton or crate, or sealed envelope. ARSC is a supply depot, therefore material will be stored and transshipped to various users. The shipping containers must be suitable for shipment via land, air, or sea. The internal packing material must be sufficient to prevent damage during shipment, handling and storage. Preservation must offer protection from corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees fahrenheit and high humidity for a period of one year. Each package shall be individually labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, Line Item Number. 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, For Clins 4, 13, 19, 20-23, 29, 35, 56, 60, 66, 67, 69 These items are deemed flight critical in USCG missions. Inspection shall be performed by Certificate of Conformance (COC) and acceptance shall be performed by ARSC Quality Assurance Personnel. All remaining items: Inspection shall be performed by Certificate of Conformance (COC) and acceptance of material shall be performed by ARSC Receiving at destination. Items delivered under this contract shall be new material. Reconditioned/Used Material is not acceptable. All Inspection and acceptance to ensure items are in accordance with manufacturer specifications. 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 the OEM or a responsible source who can provide tracebility to the OEM for parts furnished...Anticipated award date is no later than 31 Aug 01. The following FAR provisions and clauses apply to this request for proposal and are incorporated by reference.=20 The following Federal Acquisition Regulation (FAR) provisions and clauses apply:=20 FAR 52.212-1, Instructions to Offerors, Commercial Items (Oct 2000);=20 FAR 52.212-2, Evaluation- Commercial Items (Jan 1999), The following factors shall be used to evaluate offerors? capabilities of item offered to meet Government?s requirement, low price technically acceptable, and past performance. FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (May 2001) and Alt I (Oct 2000) and Alt III (Oct 2000), these certifications must be included with quotation, copies may be obtained by contacting the agency;=20 FAR 52.212-4, Contract Terms and Conditions, Commercial Items (May 2001);=20 ADDENDUM FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data) Alternate IV(Oct 1997)=20 (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. FAR 52.246-2, Inspection of Supplies ? Fixed Price (May 2001);=20 FAR 52.246-15, Certificate of Conformance (Apr 1984); FAR 52.252-2, Clauses Incorporated by Reference (Feb 2000), full text may be accessed electronically at this internet address: http://www.deskbook.osd.mil. =20 End of Clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive=20 Orders, Commercial Items (May 2001);=20 FAR 52.203-6, Restrictions on Subcontractor sales to the Government, (Jul 1995) with Alternate I (Oct 1995) (41 U.S.C. 253(g) and 10 U.S.C. 2402);=20 FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000) (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) (Feb 1999);=20 FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (Apr 1998);=20 FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998);=20 FAR 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126). FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (Jan 1999); FAR 52.225-13, Restriction on Certain Foreign Purchases, (E>O. 12722, 13059, 13067, 13121, and 13129),(Jul 2000) FAR 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration (31 U.S.C. 3332) (May 1999);=20 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.***** FAR 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990);=20 Closing date and time for receipt of offers is 23 Jul 01, 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. =20 Contact Linda D. Hutzler for questions regarding this solicitation at 252-334-5212*****
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-01-Q-100051/listing .html)
- Record
- Loren Data Corp. 20010725/16SOL006.HTM (D-204 SN50S6I7)
| 16 - Aircraft Components and Accessories Index
|
Issue Index |
Created on July 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|