Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2002 FBO #0283
SOLICITATION NOTICE

J -- Requirements Type Purchase Order for Repair of Oxygen Masks

Notice Date
9/9/2002
 
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-Q-100053
 
Response Due
9/27/2002
 
Point of Contact
Denise Hall, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
DHall@arsc.uscg.mil, LHudson@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. Request For Quotation number DTCG38-02-Q-100053 incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. 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 US Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to award a firm fixed price Requirements Type purchase order using simplified acquisition procedures to Repair in accordance with Original Equipment Manufacturer specifications (OEM ? F5341 Intertechnique) the following equipment: CLIN 1: OXYGEN MASK, P/N MF10-03-02, NSN: 1660-14-484-0747; Estimated Quantity 50 Each. Intertechnique Component Maintenance Manual repair procedures require replacement of the MXM42 Facepiece and the MXH30 Harness every six years. NOTE: Not all Oxygen Masks will require replacing the Facepiece and Harness. Therefore, the following replacement parts shall not be included in the offeror's firm fixed price quote and shall be priced separately: (a) Facepiece MXM42, (b) Harness MXH30. In the event the contractor determines that an oxygen mask requires a separately priced replacement part, he shall provide details in writing supporting his determination. The contractor shall not proceed with repairs until authorization and funding are received from the contracting officer. BEYOND ECONOMICAL REPAIR: In the event the contractor considers a component listed in the contract and/or its sub-modules to be beyond economical repair, he shall contact the contracting officer, in writing, for disposition instructions. The letter shall identify the item number, P/N, Serial Number (if one is assigned), and a breakdown of the price for parts and labor necessary to repair the component. The contractor shall not proceed with repair until authorization (or disposition) is received from the contracting officer. ACMS TRACKING: Oxygen Masks are Serial Number Tracked and require documentation of repair actions. The contractor shall be required to submit Copy 2 of the component repair record with invoices for repair of these items. The period of performance is from the date of award for a period not to exceed one year. Anticipated award date is 30 Sep 2002. Quantities listed are estimates for the period of performance Failure of the Government to furnish any of the line items or quantities described as ?estimated? or ?maximum? will not entitle the contractor to any equitable adjustment in price. 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 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 and acceptance of material shall be performed by the USGC Aircraft Repair and Supply Center Quality Assurance personnel. The contractor shall provide a Certificate of Conformance (COC) and/or an FAA Form 8130-3/8130-4 Airworthiness Approval Tag which shall be attached to each repaired component, a copy with the packaging slip and copy included in the invoice. Desired delivery is 60 days after receipt of material. Required delivery is 90 days after receipt of material. Packaging and marking: Shall be in accordance with ASTM D 3951-98 approved November 10, 1998, Commercial Packaging, Shipping and Storage Procedures. Note each part must be individually packed in a separate box suitable for shipment via land, air or sea 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 quantity. Packaging Material shall not consist of popcorn, shredded paper, Styrofoam of any type of peanut packaging. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. All responsible sources may submit an offer which shall be considered by the agency. 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 (July 2002) to include Alt I (Apr 2002). These certifications must be included with quote and can be downloaded from FedBizOps. with this RFQ. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (Feb 2002)) with the following addenda: FAR 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) Alt IV (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information in the prices at which same or similar items have been repaired in the commercial market place that is adequate for evaluating the reasonableness of the price for this acquisition.; FAR 52.216-18 Ordering (Oct 1995) Para (a) at any time during the effective period of the contract; FAR 52.216-19 Order Limitations (Oct 1995) Para (a) 1 Each, Para (b) (1) 1 Each, (2) Not Applicable, (3) 30 Calendar Days, Para (d) 15 Calendar days; FAR 52.216-21 Requirements (Oct 1995) Para (f) no later than 2 Jan 2004. FAR 52.222-49 Service Contract Act-Place of Performance Unknown (May 1989) (a) Orange County CA and Erie County NY.; 3:00pm 27 September 2002. FAR 52.246-15 Certificate of Conformance (APR 1984) and the Coast Guard required Airworthiness Certification Requirements.; 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 http://www.arnet.gov/far/; (End of clause) In conjunction with FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, the following information is provided and identifies the classes of service employees to be employed under the contract and states wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332: THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. Employee Class: Aircraft Mechanic Airframe and Powerplant $18.70 per hour, Aircraft Quality Control Inspector $19.84 per hour, Pneumatic Assembly/Test Technician $18.82 per hour; Annual Leave: Two hours per week for service less than three years; three hours per week for service of three years but less than 15 years; and 4 hours per week for service for 15 years or more. Paid Holidays: Ten per year. Governments contribution to sick leave and to life, accident and health insurance: 5.1 percent of basic hourly rate. Governments contribution to retirement pay: 7 percent of basic hourly rate. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders ?Commercial Items (May 2002); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (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 Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (38U.S.C. 4212), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129) FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31U.S.C.3332); FAR 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351 et seq). Wage Determinations 1994-2372 Rev. 15 and 1994-2048 Rev. 17 are incorporated in this solicitation and any resulting contract and are available upon request by the agency. 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. FAR 52.211-15 Notice of Priority Rating for National Defense Use (Sep 1990) D0-A1 rated. Quotes 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, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2002) of copies can be obtained by calling the Agency or by downloading the document from FedBizOps as posted under this solicitation. The closing date and time for receipt of offers is 27 Sep 2002, 4:00 PM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (252) 334-5427 or E-mailed to dhall@arsc.uscg.mil. Contact Denise Hall at (252) 335-6143 for questions regarding this solicitation. See Note 12.
 
Record
SN00161116-W 20020911/020909213247 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.