SOLICITATION NOTICE
59 -- Air Data Test Sets
- Notice Date
- 11/6/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD or Support Procurement Building 79, 75, 79, 78, 78 or 63, Elizabeth City, NC, 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- DTCG38-04-Q-500001
- Response Due
- 12/5/2003
- Point of Contact
- Constance Cox, EISD Contracting Officer, Phone 252-335-6011, Fax 252-335-6849, - Denise Hall, EISD Purchasing Agent, Phone 252-334-5323, Fax 252-335-6849,
- E-Mail Address
-
CCox@arsc.uscg.mil, 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 a written document will not be issued. U.S. Coast Guard intends to award a fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the items described below. DTCG38-04-Q-500001 is issued as a Request for Quotation (RFQ). Specifications (see Attachments 1 and 2) posted with this advertisement, reflect the U.S. Coast Guard's minimum need. These attachments may also be accessed on the USCG website at http://www.uscg.mil/hq/arsc/index.htm and by following these directions: Click on Contracting, Solicitations, then Engineering & Industrial Supply Division on the list of Procurement offices. Click on "View ARSC EISD Solicitations". Scroll down to DTCG38-04-Q-500001 Attachments 1 and 2. In accordance with FAR 11.103 and Transportation Acquisition Manual 1211.103, Contracting Officer requires offerors to address in their technical proposals how product meets each item of the specifications, accompanied by a detailed description, manuals and literature supporting adherence to specifications including documented test results supporting those specifications in order to be determined minimally technically acceptable. Test information MUST include valid "EMI" test certifications. The anticipated term of the contract is one base year period and two option year periods. The applicable NAICS number is 334414 and the small business size standard is 500 employees. This is an unrestricted procurement. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-17. A contract will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.5. Quantities listed are estimates for the base year and each option year. Failure of the Government to order any of the line items or quantities described as ?estimated? or ?maximum? will not entitle the contractor to any equitable adjustment in price. Base Year: Item 1: Air Data Test Set Est. Quantity 1 EA for First Article Evaluation. Note: This item will be considered to be a Bid Sample and part of the contract Base quantity, unless damaged or destroyed during First Article Test. All Bid samples will be returned, with the exception of the item supplied by the successful Offeror. DO NOT submit this Bid Sample unaccompanied by valid "EMI" test certifications. Item 2 Est. quantity 39 Sets, Delivery 8 units 30 days ARO, 16 units 60 days ARO, 15 units 90 days ARO; Option Year 1: Item 3: Air Data Test Set Est. quantity 30 Sets, Delivery 30 days after receipt of Delivery Order; Option Year 2: Item 4: Air Data Test Set, Est. quantity 30 Sets Delivery 30 days after receipt of Delivery Order. Minimum guaranteed order quantity for each year is one (1) unit. Air Data Test Sets must meet the requirements of the Statement of Work (SOW) (Attachment 1) and Minimum Operational Performance Specifications (MOPS) (Attachment 2). These documents can be viewed and downloaded from the FedBizOpps website or USCG ARSC website described above. Packaging, packing and preservation shall be in accordance with ASTM-D3951 Packaging-Commercial, to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Labeling shall include the appropriate NSN, Part Number, Nomenclature, Quantity, Contract Number, Delivery Order Number and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period up to one year. Bar coding is not required. Quotes must be submitted Fob Destination. Items are to be delivered to U.S. Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909-5001. Bid Sample only (Item 1) must be addressed to C. W. Cox, Contracting Officer, USCG ARSC EISD Bldg 78, Elizabeth City, NC 27909-5001. Inspection and acceptance of material shall be performed by USCG Aircraft Repair and Supply Center Receiving Personnel. Certificate of Conformance is required. Items delivered shall be new material. Reconditioned/used material is not acceptable. Drawings are not available and cannot by furnished by U.S. Coast Guard. Closing date for receipt of quotes is 2PM EST December 5, 2003. For information regarding this request for quotation, contact C. W. Cox, Contracting Officer (252) 335-6895 or e-mail ccox@arsc.uscg.mil or mail address C. W. Cox, Contracting Officer, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. Facsimile quotes are acceptable and may be faxed to (252) 335-6463. All responsible sources may submit an offer which shall be considered by the agency. All offerors must provide literature, brochures, manuals, and valid test results described above, documenting that all specifications and tests in the SOW and MOPS are met in order to be considered for award. Contractors must have valid Cage Code and DUNS Numbers and be registered with CCR. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (OCT 2003), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Award will be made to the Technically acceptable offeror proposing the best value to the Government considering past performance, price, and delivery. Past performance and price (combined) are significantly more important than delivery. Evaluation shall be inclusive of option estimated quantities and proposed prices. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2003) Offerors shall include a completed copy of this provision with offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003) with the following addenda: FAR 52.204-5 Women-Owned Business (Other Than Small Business) (May 1999), FAR 52.204-7 Central Contractor Registration (Oct 2003), FAR 52.209-3 First Article Approval ? Contractor Testing (Sept 1989) (a) a minimum of one unit of Item 1; (b) 30 days to U.S. Coast Guard, EISD Procurement Contracting Officer; 30 days; Government representatives reserve the right to witness First Article Tests. Note: This requirement may be waived by the Contracting Officer if proposal is accompanied by documentation of sales (in a similar quantity (as a minimum) to the total estimated in this solicitation) to the U.S. government for a unit similar or identical, which successfully met these specifications and test requirements. Government POC for those contracts should be provided along with telephone number or e-mail address. FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.216-18 Ordering (Oct 1995) Para (a) for one year from date of award or effective date of option exercise during the effective period of the contract, FAR 52.216-19 Order Limitations (Oct 1995) Para (a) Base Year and each exercised Option Year: 1 Set each year; Para (b) 50% of the estimated quantity for the Base Year or any exercised Option Year. (2) Not Applicable, (3) 30 Calendar Days, Para (d) 10 Calendar days, FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.217-6 Option for Increased Quantity (Mar 1989) within 30 days of written notice to the contractor. FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) 30 days before contract expiration; 60 days. (c) three (3) years, FAR 52.233-2 Service of Protest (Aug 1996) FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.22-13 Bankruptcy (Jul 1995), FAR 52.247-34 F.o.b. Destination (NOV 1991), FAR 52.252-1 Provisions Incorporated by Reference (Feb 1998) and FAR 52.252-2 Clauses Incorporated by reference (Feb 1998) Full text may be accessed electronically at internet address www.deskbook.osd.mil , 52.232-18 Availability of Funds (Apr 1984), FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2003)(a) (b) (1), (7) (8) (10 ALT 1), (13-19), (21) (24), and (29). Quotes may be submitted on company letterhead and must include the following information: Nomenclature, Part Number, Unit Price, Extended Price, Estimated Delivery, Payment Terms, discount offered for prompt payment, F.o.b. Shipping Terms, product sample and documentation in support of how SOW and MOPS requirements are met, and must include the required FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jun 2003) copies of which can be obtained by downloading the document from www.arnet.gov/far/, by email request to ccox@arsc.uscg.mil or by calling the agency. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT) offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000 from DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. 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.
- Record
- SN00465976-W 20031108/031106211545 (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 |