COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29, 2001 PSA #2966
SOLICITATIONS
N -- TCAS II EQUIPMENT/SYSTEM INSTALLATION
- Notice Date
- October 25, 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
- DTCG38-02-Q-100002
- Response Due
- November 9, 2001
- Point of Contact
- Denise Hall, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427, Email DHall@arsc.uscg.mil
- Description
- THIS IS A CBD NOTICE ONLY AND NOT A SOLICITATION OR REQUEST FOR QUOTE DOCUMENT. QUOTES ARE NOT BEING SOLICITED OR ACCEPTED AT THIS TIME. CONTRACTORS SHOULD OBTAIN OR REQUEST THE SOLICTATION AS INSTRUCTED BELOW. The U.S. Coast Guard Aircraft Repair and Supply Center (ARSC) intends to issue a Purchase Order using Simplified Acquisition Procedures for Installation of TCAS II Equipment on U.S. Coast Guard owned Gulfstream I aircraft located at Opa Locka, FL. The TCAS II equipment/system to be installed is made by Allied Signal and includes Processor TPA-81A, IVSI (2) IVA-81A, and Bendix King Transponder MST-67A. A Statement of Work will be provided with the written RFQ DTCG38-02-Q-100002. The Solicitation document, DTCG38-02-Q-100002, will be available for downloading from FedBizOps at www.eps.gov or can be obtained by faxing or E-mailing a written request to (252) 334-5427 (FAX) dhall@arsc.uscg.mil (E-mail address). Contractors are encouraged to register with FedBizOps and can call Denise Hall, Purchasing Agent at (252)335-6143 for assistance. The North American Industry Classification Standard (NAICS) is 334511 and the size standard is 750 employees to classify as a small business. This is an unrestricted procurement (not set aside for small businesses). The RFQ package, DTCG38-02-Q-100002 will be available for download approximately 15 days after the post date of this announcement with an anticipated award date of 28 November, 2001. Contractors shall be able to download, print, and E-mail the solicitation from the FedBizOps website. All responsible sources may submit a quotation in response to the written solicitation which shall be considered by the agency. Sources must have valid Cage Codes and DUNs Numbers or have the ability to obtain one. Quotes may be F.O.B. Origin or F.O.B. Destination, and will be evaluated on the basis of lowest overall cost to the Government, including transportation costs. The Place of Performance is Unknown and Offerors will be able to state desired Place of Performance (i.e, Contractor Facility or USCG Opa Locka Airport, Florida) in response to the solicitation. Inspection and Acceptance will be performed by a designated Contracting Officer?s Representative. Attn: Receiving Section. 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 more information on the STLP, call 800-532-1169 or Internet Address http://osdbuweb.dot.gov. See Notes 12 and 26.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-02-Q-100002/listing .html)
- Record
- Loren Data Corp. 20011029/NSOL002.HTM (D-298 SN511511)
| N - Installation of Equipment Index
|
Issue Index |
Created on October 25, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|