Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2004 FBO #1116
SOLICITATION NOTICE

16 -- HU-25 Spares Buy

Notice Date
12/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-05-Q-101003
 
Response Due
1/7/2005
 
Archive Date
1/22/2005
 
Description
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 Quotation (HSCG38-05-Q-101003) incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-25. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.5. The award will be based on FAR Part 6.302-1. The contract will be awarded as a firm fixed price contract. The USCG intends to negotiate and award to an authorized Original Equipment Manufacturer (OEM) or a responsible contractor who can provide a Certificate of Conformance (COC) and traceability to the OEM for the purchase of the following 92 line items. Traceability means that the awardee must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. Clin QTY Part Number Description NSN 1 4 *553-0514-517 Mount, Eng L/H 1560-14-478-0977 ALT *M20H5530514-517 ? ? ? 2 2 *M20H5530514-518 Mount, Eng R/H 1560-14-478-0978 3 10 7G1089 Switch, Pressure 5930-01-HS1-4522 4 30 MY20295-07812-1 Body-Link-Rod 3040-14-518-2885 5 25 MY20295-07820 Body-Link-Rod 3040-14-518-2884 6 25 MY20295-07813 Body-Link-Rod 3040-14-518-2883 7 40 MY20295-07814 Body-Link-Rod 3040-14-518-2882 8 1 MY20295-01830-2 Hinge Assy., Rear 1560-01-HS1-6620 9 1 MY20295-01821-1 Hinge, Front 1560-01-HS1-6621 10 2 MY20775-17 Rod Assy. 1680-01-HS1-4405 11 1 MY20792-22 Hose 4720-01-HS1-5296 12 8 FGFB331076006 Pin 5315-01-HS1-4445 13 10 *MY20296-12 Seal. Nonmetallic, SP 5330-14-297-1338 14 3 1329 Switch, Toggle 5930-14-419-0869 15 10 MY2010153820G01 Stirrup 5340-14-451-2626 16 4 1693 Insulation Blanket 1560-14-410-0109 17 15 MY2025151002G01 Fitting, Banjo 4730-14-383-1861 18 8 *MY2051510582G02 Connector, Multiple 4730-14-383-1868 19 3 E4M773-10900 Strap 1560-14-345-5367 20 10 *GA70050 Strainer, Element SE 4730-14-307-1952 ALT *418A10-7 ? ? ? 21 1 MY20717-13800 Plate Assy. 1680-01-HS1-4953 22 4 *MY20381-16 Rod Assy. 1560-14-392-5971 23 2 MY2024705400G02 Tube L/H 4710-14-473-3463 24 1 F50B263001110A1 Frame, Win. A/C RLAT 1560-14-417-4743 25 2 MY20264-30-2 Frame, Win. A/C LH.DV 1560-14-512-1509 26 6 *MY20311050A3 Pin Assy. 1560-14-392-5965 27 10 *MY2072701G02 Tube Assy. 4710-14-451-5491 28 3 *MY2024905400G02 Tube R/H 4710-14-454-7385 29 3 M20H5530514-20 Protector, Engine MT 1560-14-504-6266 30 3 MY20164-70 Fitting Assy. 1560-14-411-4053 31 6 MY20102-4283015 Brush R/H 1560-14-370-1344 32 3 MY20102-42810 Brush 1560-14-370-1340 33 2 *MY20263-10-6 Window, Side Co-Pilot 1560-14-484-3478 34 2 F50B267001110A1 Frame, Win. A/C P. 1560-14-512-1508 35 2 F50B268001110A1 Window Frame C/P 1560-14-493-6875 36 20 **12-12-11707-S1-4 Cartridge, Aircraft 1377-14-305-4180 37 14 **12-12-11707-S2-4 Cartridge, Aircraft 1377-14-305-4181 38 19 **12-12-11707-S3-4 Cartridge, Aircraft 1377-14-305-4182 39 1 *MY2024707837G02 Fitting, L/H 1560-14-478-0971 40 2 *MY20261-10-8 Window Panel, A/C 1560-01-HS1-6733 ALT *MY20261-10-9 ? ? ? 41 2 *MY20228-10 Window Panel, Acft. 1560-01-074-2942 42 8 8140-12 Connector, Receptacle 5935-14-225-1578 43 4 MY20295-4020-1 Spring, Helical, Tors 5360-14-370-1478 44 2 MY20381-17 Roller, Linear-Rotor 3120-14-370-1581 45 50 21-65-00-23-3 Bellows, Protection 5340-14-372-7291 46 10 4171995 Blade, Windshield 1680-14-374-1470 47 3 MY20781-1501 Block, Pitot/Static 5826-14-452-5324 48 40 0130151031 Spring 5360-14-449-4001 49 2 MY20770-7682010 Wire, Emergency, Hyd. 4010-14-454-3161 50 1 M20H5530440-37 Splice-Angle Assy. 1560-14-489-3937 51 40 22201BE052005L Screw 5306-14-514-3945 52 6 MY20331-7602 Nu, Plain, Hexagon 5310-14-370-1443 53 20 MY20260-035 Shim 5365-14-405-6662 54 10 WK8FESP1 Bearing, Roller, Airf 3110-14-489-6970 55 10 MY20321-1604 Pin 5306-14-370-1611 56 15 SCHD560100071A1 Seal, Nonmetallic 5330-14-411-4190 57 20 MY20137-1172215 Roller, Linear-Rotar 3120-14-417-7607 58 15 MY20231-26934 Washer 5310-14-484-7634 59 10 CSV20-61-51BCZ Screw, Conical 5306-14-368-5109 60 500 22138BE050013M Bolt, Close Toleran 5306-14-369-3470 ALT 22201BE050004M ? ? ? 61 5 MY20295-0703-1 Pin, Shoulder, Headle 5315-14-370-1536 62 15 H2932-1-075 Turnlock Fastener 5325-01-391-6798 63 80 MY20272-1101 Washer, Key 5310-14-297-1312 64 20 MY20137-3040-15 Seal, Nonmetallic SP 5330-14-411-4039 65 5 MY20781-3001-1 Union 1560-14-370-1754 66 40 HMBC020020TLE Pin Tapered 5315-14-344-6553 67 1000 3939-60-16BEM Screw, Close Toleran 5305-14-369-3506 68 2 MY20137-1090-15 Retainer, Plate Lock 1560-14-411-4036 69 14 8140-11 Conn. Window H/D 5935-14-225-1576 70 10 39445BE080028M Bolt 5306-14-335-4937 71 60 38390BE060014ME Screw, Close Toleran 5305-14-369-3512 72 100 23351AC060LE Washer, Key 5310-14-317-9526 73 150 *NAS517V3-2XA Screw, Titanium 5305-14-392-3335 ALT *NAS517V3-2XF ? ? ? 74 30 MY20341-032 Locking Plate, Nut A 5340-14-370-1558 75 30 38471BE052009ME Bolt 5306-14-362-1981 76 35 MY20291-10814 Washer, Recessed 5310-14-370-1518 77 80 MY20270-002 Washer, Flat 5310-14-297-1310 78 50 MY20231-4406 Cover, Access 5340-14-297-1324 79 90 MY20341-020 Screw, Shoulder 5305-14-370-1565 80 300 5SMF5209M Nut, Self-Locking, PL 5310-14-350-2850 81 130 FLEXMH047067 Clamp, Hose 4730-14-318-9377 82 185 MY20321-1603 Washer, Key 5310-14-297-1314 ALT F50B321016003 ? ? ? 83 135 NAS517-3-3TKXA Screw, Titanium 5305-14-486-6088 ALT NAS517V3-3XA ? ? ? ALT NAS517V3-3XF ? ? ? 84 110 MY20137-1172315 Washer, Flat 5310-14-411-4038 85 130 51369205012 Clamp, Loop 5340-01-HS1-4699 86 350 22258BE050009ME Screw, Close Toleran 5305-14-350-0548 87 100 M20H5530441-83 Washer, Flat 5310-14-411-4200 88 800 4SMF5209M Nut, Self-Locking, PL 5310-14-350-2854 89 5 MY20717-1502 Pin 5306-14-370-1745 90 15 CG0080503448N00 Filter Element, Air 4130-14-379-0883 91 20 21-67-00-06 Yoke 1680-14-372-7235 92 25 22201BE052006M Screw 5305-01-HS1-6095 * ITEMS 1, 2, 13, 18, 20, 22, 26, 27, 28, 33, 39, 40, 41, AND 73 ARE FLIGHT CRITICAL COMPONENTS. ** ITEMS 36, 37 AND 38 ARE FLIGHT CRITICAL COMPONENTS AND ARE HAZARDOUS MATERIALS (HAZMAT) REQUIRING MATERIAL SAFETY DATA SHEETS (MSDS). The OEM for Line Items 1-2, 4-19, 21-34, 39-41, 43-44, 47, 49-50, 52-53, 55, 57-59, 61, 63-65, 67-68, 73-79, 82-84, 87, and 89 is (F6117) Dassault Aviation, 9 RPT Champs Elysees Marcel Dassault, Paris F-75008, France. The OEM for Line Item 3 is (F0423) Magneti Marelli France SA, 19 R Lavoisier, Nanterre F-92000, France. The OEM for Line Item 20 is (F6137) Messier Bugatti SA, Za Louis Breguet Zone Militaire, BP 40, Velizy Villacoublay F-78140, France. The OEM for Line Item 35 is (56852) Dassault Falcon Jet Corporation, 200 Riser Road, Teterboro Airport, Little Ferry, NJ 07643-1226, U.S.A. The OEM for Line Items 36-38 is (F9211) L?Hotellier, 4 R Henri Poincare, Antony F-92160, France. The OEM for Line Items 42 and 69 is (F0225) Souriau, 9 R De La Porte De Buc, Versailles F-78000, France. The OEM for Line Items 45, 48 and 91 is (F5142) Dassault Equipments Div De Dassault Aviation, 9 RP Champs Elysees Marcel Dassault, Paris F-75008, France. The OEM for Line Item 46 is (F0214) ECE L?Equipement Et La Construction Electrique SA, 129 BD Davout, BP 113, Paris F-75020, France. The OEM for Line Items 51, 71-72, 86, and 92 is (F0111) BNAE Bureau De Normalisation De L?Aeronautique Et De L?Espace, Technopolis 54 199 R Jean-Jacques Rousseau, Issy Les Moulineaux F-92138, France. The OEM for Line Item 54 is (F0222) Sarma, 1 Av Marc Seguin, BP 29, St. Valleir Sur Rhone F-26240, France. The OEM for Line Item 56 is (F3700) Hurel-Hispano, Rte Du Pont 8, BP 91, Gonfreville L?Orcher F-76700, France. The OEM for Line Items 60 and 70 is (F0188) Blanc Aero Industries, Tour Gamma A 193 R De Bercy, Paris F-75000, France. The OEM for Line Item 62 is (F6033) Tecnotec Sarl, 27 Av Etienne Audibert, BP 30169, Senlis F-60300, France. The OEM for Line Item 66 is (F0110) Afnor Association Francaise De Normalisation, 11 Av Francis De Pressense, St Denis La Plaine Cedex F-92571, France. The OEM for Line Items 80 and 88 is (F0224) Simmonds SA Fairchild Fastners, Fairchild Fasteners St Cosme, 9R Des Des Cressonnieres F-72110, France. The OEM for Line Item 81 is (F0355) Etablissements Caillau, 28 R Ernest Renan, BP 82, Issy Les Moullineaux F-92130, France. The OEM for Line Item 85 is (F0215) ESPA, 2 R Se Balzac, Paris F-75008, France. The OEM for Line Item 90 is (F0559) Sofrance, R Maryse Bastie Zi Des Gannes, BP 3, Nexon F-87800, France. 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. Desired Delivery for Line Items 1?41 is 90 days after receipt of contract and Required Delivery is 165 days after receipt of contract. Desired Delivery for Line Items 42-92 is 30 days after receipt of contract and Required Delivery is 90 days after receipt of contract. Line Items delivered under this contract shall be new material. Reconditioned/Used Material is not acceptable. F.O.B. Point shall be F.O.B Destination. All other offers submitted on a basis other than F.O.B. Destination will not be considered for award. Each piece of equipment shall be packaged in accordance with ASTMD 3951-98 dated 10 Nov 98 to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Material shall be marked in accordance with ASTMD 3951-98 dated 10 Nov 98. Items 1-20, 22-29, 31, 33-41 must be individually packed in a separate box, suitable for shipment via land, air, or sea. Bulk packaging of Items 21, 30, 32, 42-72, and 74-92 is acceptable as long as the packaging is sufficient to prevent damage during shipment, handling, and storage. Each package shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Preservation protection must be sufficient to prevent 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. 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 situations require highly visible lettering on the outside of the container. Items 1, 2, 13, 18, 20, 22, 26, 27, 28, 33, 36, 37, 38, 39, 40, 41, and 73 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. Items 36, 37 and 38 are also hazardous material (HAZMAT) and shall include Material Safety Data Sheets (MSDS) and shall be packaged per the instructions listed above for individual and bulk packaging. Inspection and acceptance shall be the same as for the flight critical items. All other items, inspection and acceptance, shall be performed by ARSC Receiving at destination. These parts are for use on the HU-25 Falcon aircraft. All responsible sources may submit an offer that will be considered. Offerors shall be able to provide necessary certification including traceability to the OEM to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. The following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply: 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2004); 52.212-2 Evaluation ? Commercial Items (Jan 1999), award will be made utilizing the following factors, in descending order of importance, capability of the item to meet the Government?s requirement, price and past performance. 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2004) Alternate I (Apr 2002) Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003) ADDENDUM 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.204-7 Central Contractor Registration (Oct 2003) 52.215.20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) Alternate IV (Oct 1997) (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. 52.246-2 Inspection of Supplies ? Fixed Price (Aug 1996) 52.246-15 Certificate of Conformance (Apr 1984). 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998). The full text of the clause may be accessed electronically at Internet address www.arnet.gov/far/ (End of Clause) HSAR3052.247-72 F.O.B. Destination Only (Dec 2003) HSAR3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES [DEC 2003] DUE TO SPACE LIMITATION OF FEDBIZOPPS, INTERESTED PARTIES PLEASE CONTACT DAMIAN KRULL FOR COMPLETE INFORMATION UNDER THIS ENCLOSURE. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Oct 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (End of Clause) 52.211-15, Defense Priority and Allocation Requirements (Sep 1990) Anticipated award date is no later than 31 January 2005. Closing date and time for receipt of offers is 4 PM Eastern Time on 07 January 2005. PROPOSALS ARE TO REMAIN EFFECTIVE FOR 60 DAYS AFTER CLOSE OF SOLICITATION. Facsimile offers are acceptable and may be forwarded to 252-334-5427, Attention: Damian C. Krull. Electronic submissions may be sent to dckrull@arsc.uscg.mil. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point must be destination; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date, and MUST include the Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I. All offerors submitting a quote shall have a valid Vendor Cage Code, Dun & Bradstreet Number (DUNS) or the ability to get one, and MUST be actively registered in the Central Contractor Registration (CCR) throughout the award of the contract. Enclosure (1) to COMDTINST 4200.14 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, and independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude refilling of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-CPM-S/3) 2100 2nd Street, SW Room 2606 Washington D. C. 20593 Telephone: (202) 267-2285 Fax: (202) 267-4011
 
Record
SN00720782-W 20041216/041214211521 (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.