SOLICITATION NOTICE
J -- Overhaul/Rework Various C130 Components
- Notice Date
- 2/13/2002
- Notice Type
- Solicitation Notice
- 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-R-H00002
- Response Due
- 3/8/2002
- Archive Date
- 3/23/2002
- Point of Contact
- Linda Stein, C130 Contract Specialist, Phone 252-335-6962, Fax 252-335-6452, - Martha Hebrew, C130 Contracting Officer, Phone 252-335-6557, Fax 252-335-6452,
- E-Mail Address
-
lstein@arsc.uscg.mil, MHebrew@arsc.uscg.mil
- Small Business Set-Aside
- Partial Small Business
- Description
- The U.S. Coast Guard requires procurement of overhaul/rework services for the items specified on an ?as required? basis for a two-year base period to begin at date of award, or 01 October 2002, which ever is later; with three one-year option periods renewable annually. This requirement is for the overhaul/rework of the following: (1) Yaw Damper Computer, NSN: 6615-01-HS1-2633, P/N: 622-3167-056, or Yaw Damper Computer, NSN: 6615-01-038-7297, P/N: 777-14706-056, (2) Replacement of Accelerometer on a as required basis, P/N: 229-9012-010, (3) Coupler, Mode, NSN: 6615-01-038-7298, P/N: 792-6255-005, (4) Controller, Autopilot, NSN: 6615-01-038-7299, P/N: 792-6348-005, (5) Air Data Control, NSN: 6615-01-188-4494, P/N: 622-4394-013, (6) Control, Air Data, NSN: 6615-01-092-0363, P/N: 622-4393-002 or NSN 6615-01-038-7296, P/N: 622-1001-002, (7) Mode Selector, NSN: 6615-01-038-7295, P/N: 622-0945-007, (8) Control, Servo, Autom, NSN: 6615-01-038-7294, P/N: 522-2900-057, (9) Computer Flight, NSN: 6615-01-040-0126, P/N: 792-6703-003, (10) Sensor, Airspeed, NSN: 6610-01-101-1881, P/N: 270-2196-020, (11) Transponder, NSN: 5895-01-450-7800, P/N: 066-01143-0601, (12) Coupler, Antenna, NSN: 5985-01-151-5848, P/N: 622-6129-001, (13) Receiver Transmitter, NSN: 5821-01-258-7579, P/N: 622-4956-103, or NSN: 5821-01-258-7580, P/N: 622-4956-102, or NSN: 5821-01-180-2157, P/N: 622-4956-003 modified to NSN: 5821-01-258-7579, P/N: 622-4956-103, (14) Control, Radio, Set, NSN: 5821-01-103-8155, P/N: 622-4957-001, (15) Filter, Bandpass, NSN: 5915-01-153-9915, P/N: 622-6127-001. This requirement will be satisfied using commercial acquisition procedures as described in FAR Part 12 and FAR Part 15.101-2. This requirement is being satisfied through the use of ?Best Value? evaluation methods. Contract award will be made to that offeror who provides the best over all value to the Government in terms of the evaluation factors listed in descending order as follows: Past Performance, Deficiency Reports and Delivery Data. Offerors must as a minimum achieve a satisfactory evaluation for past performance in accordance with FAR Part 15.305(2). CLINs 0001 through 0010 are set aside for small business and Clins 0011 through 14 are unrestricted; the Standard Industrial Classification (SIC) Code is 3728 and the size standard is 1000 employees. The units will be overhauled and shipped to USCG, Aircraft Repair and Supply Center, Elizabeth City, NC 27909-5001 unless otherwise directed. The Coast Guard intends to negotiate and award multiple contracts for these services. Overhaul shall be accomplished in accordance with Original Equipment Manufacturers specifications. The Coast Guard does not own nor can it provide specifications, drawings or data for the overhaul of these items. Desired delivery is 30 days after receipt of material and the Fob point is destination. Offerors must possess a current FAA or OEM certification for the overhaul/rework of the components specified, and provide a copy of the certification with offer. A Department of Defense certification or equivalent may be submitted for review and approval by the Contracting Officer on a case-by-case basis. All responsible sources may submit an offer, which will be considered by this agency. The solicitation will be issued on or about 27 March 2002. Requests for the solicitation must be in writing; facsimile requests may be submitted to 252-335-6452; telephone requests will not be honored. Points of contact are Linda Stein, Contract Specialist, 252-335-6962 and Martha Hebrew, Contracting Officer, 252-335-6557. 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. See Numbered Note 2.
- Record
- SN00026133-W 20020215/020213213115 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |