Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2006 FBO #1852
SOLICITATION NOTICE

17 -- Falcon Airframe Tools

Notice Date
12/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-07-Q-500005
 
Response Due
12/27/2006
 
Archive Date
1/11/2007
 
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. Quotes are being requested and a written document will not be issued. HSCG38-07-Q-500005 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-15. The applicable NAICS number is 336411 and the small business size standard is 1500 employees. This is an unrestricted procurement. The purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The U.S. Coast Guard intends to award a Firm Fixed Price purchase order on a sole source basis to Dassault Falcon Jet Corp., 200 Riser Road, Teterboro Airport, Little Ferry, NJ 07608-1226. ITEM 1: P/N: TMY20-32-201-1, NSN: 1730-14-428-0889, Clamp, NLG Safety, Quantity 10 EA, ITEM 2: P/N: TMY20-28-303, NSN: 5120-14-304-4055, Wrench Spanner, Quantity 3 EA, ITEM 3: P/N: TMY20-35-101M, NSN: 1730-14-304-4067, Adapter Oxygen Serv., Quantity 10 EA, ITEM 4: P/N: TMY20-32-201-2, NSN: 1730-14-428-0950, Clamp, MLG Safety, Quantity 20 EA, ITEM 5: P/N: TF10A12003, NSN: 5120-14-378-6894, Key, Socket Head Screw Quantity 10 EA, ITEM 6: P/N: TMY20-28-504, NSN: 5120-14-304-4059, Wrench, Quantity 4 EA, ITEM 7: P/N: TMY20-07-102, NSN: 1730-14-304-4019, Adapter, Aircraft, Quantity 2 EA, MFG. Cage Code for all items is 56852. Packaging, Packing, and Preservation shall be in accordance with best commercial practices to enable shipment to destination. All items shall be individually packaged and labeled. Labeling shall include the appropriate Part Number, Nomenclature, Purchase 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. Internal packing material shall be sufficient to prevent damage during shipment, handling, and storage. Bar coding is not required. Delivery shall be to USCG Aircraft Repair and Supply Center, Receiving, Bldg 63, Elizabeth City, NC 27909. Inspection and acceptance of equipment shall be performed at destination by Receiving personnel for count and condition only. Facsimile or email quotes are acceptable and may be faxed to (252) 335-6463 or emailed to Kia.O.Riddick@uscg.mil. The Closing Date for receipt of quotes is December 27, 2006 at 3:00p.m.EDST. Quotes may be F.o.b. Destination or F.o.b. Origin, freight prepaid. F.o.b. Origin, Freight Prepaid quotes must include shipping prices for the purpose of evaluating quotes to determine lowest overall cost to the Government. and to be considered responsive. All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers and be registered with CCR. For information regarding this RFQ contact Kia O. Riddick (252) 335-6240/ (252) 335-6619, email Kia.O.Riddick@uscg.mil or mail Kia O. Riddick, Contract Specialist, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg. 78, Elizabeth City, NC 27909-5001. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (JAN 2006). 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 capability, price, delivery, and past performance. Factors are listed in order of importance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offerors shall include a completed copy of this provision. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov., the offeror shall complete only paragraph (j) of this provision. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003) with the following addenda: FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.211-17 Delivery of Excess Quantities (SEP 1989), FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (APR 1984), FAR 52.252-1 Solicitation 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.arnet.gov/far. Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (DEC 2003) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2006)(a)(b), FAR 52.222-3 Convict Labor (JUNE 2003)(E.O. 11755), FAR52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006)(E.O. 13126), FAR 52.222-21 Prohibition off Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 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), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), FAR 52.225-3 Buy American Act-Free Trade Agreement-Israeli Trade Act (APR 2006)(41 U.S.C 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, PL 108-77, 1-8-78) Alternate I (JAN 2004) of 52.225-3; FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury, FAR 52.232-11 Extras (APR 1984), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Nomenclature, Part Number, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to Kia.O.Riddick@uscg.mil or by calling the agency.
 
Record
SN01200223-W 20061222/061220220353 (fbodaily.com)
 
Source
FedBizOpps 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.