Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

16 -- SRR Spares

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-10-Q-200187
 
Point of Contact
Ryan M. Suchy, Phone: 2523345472
 
E-Mail Address
Ryan.M.Suchy@uscg.mil
(Ryan.M.Suchy@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities 1. Action Code: K 2. Send to CBD: Yes 3. Date: 7/11/2010 4. Classification Code: 16 -- Aircraft components & accessories 5. Contracting Office Address: (Use Default) 6. Title: 16 -- Aircraft components & accessories 7. Response Date: 8/25/2010 8. Primary Point of Contact: RYAN SUCHY 9. Secondary Point of Contact: DAVID ALLEN 10. Solicitation Number: HSCG38-10-Q-200187 11. Reference Number: N/A 12. 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 solicitation will not be issued. Solicitation number HSCG38-10-Q-200187 is issued as a Request for Quotations (RFQ). The services to be procured are: (1) NSN: 5826-01-386-8807; P/N: 622-8149-001; RECEIVER TRANSMITTER; QUANTITY: 1; CAGE 4V792 (2) NSN: 5975-01-364-5681; P/N: 622-8150-001; MOUNT BASE, ELECT. EQ; QUANTITY: 1; CAGE: 4V792. The US Coast Guard intends to negotiate on a sole source basis with Rockwell Collins. 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, Aviation Logistics Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Required Delivery is May 30, 2011. Early deliveries are desired and will be accepted. F.O.B. Destination is requested. 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. USCG Aviation Logistics Center is a supply depot; therefore, material will be stored and transshipped to various users. The container shall be packed and labeled suitable for shipment via land, air or sea. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Each part shall be individually packed in a separate envelope, box, carton or crate. Each individual container shall be labeled on the inside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Purchase Order Line Item Number. Packing List and Certification/Documentation shall be placed on the outside of individual containers. 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 of one year. Bar coding is authorized, however not mandatory. Inspection shall be performed by Receiving and acceptance shall be performed by Receiving Personnel. Offerors shall be able to provide necessary certifications including traceability to the OEM to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The applicable North American Industry Classification Standard Code is 541330. The small business size standard is 1,000 employees. This is an unrestricted solicitation. A copy of the Justification for Other Than Full and Open Competition (J&A) will be posted within 14 days of contract award. Award will be made to the offeror proposing the best value to the Government considering technical capability, price, delivery and past performance. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) with the following included by Addendum: 52.211-14 Notice of Priority Rating for National Defense Use, Emergency Preparedness, and Energy Use Program (APR 2008) DO rated; 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009)-Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete the attached representations and certifications and return with the proposal. Alternate I (Apr 2002). (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(9) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUNE 2010) with the following included by Addendum: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), also the full text of a clause may be accessed electronically at this Internet address: www.acquisition.gov/far, 52.211-15 Defense Priority and Allocation Requirements (APR 1998), 52.247-34 F.O.B. Destination (Nov 1991); 52.233-1 Disputes (July 2002); 52.246-15 Certificate of Conformance (April 1984); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JULY 2010) (b) (1), (18)-(26), (33), (38), (41). The Defense Priorities and Allocations System assigned rating is DO-A1. Point of contact is Ryan Suchy at (252)334-5472, fax (252)334-5240, ryan.m.suchy@uscg.mil. Closing date/time for submission of quotations is 8/25/10 at 4:00 P.M. EST. Submit to USCG Aviation Logistics Center, SRR Product Line, Elizabeth City, NC 27909-5001, Attn: Ryan Suchy. All responsible sources may submit an offer, which will be considered. Offers may be submitted on company letterhead stationery (see attachment schedule of services). 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 a Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forums 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, an 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 protest filed under the OPAP program should be forwarded to the address below: Commandant (CG-9131) 1900 Half St., S.W. (JR11-0203) Washington, D.C., 20593 Telephone: 202-372-3692 Fax: 202-475-3904 13. Place of Contract Performance: N/A Postal Code: Country: 14. Set Aside: N/A 15. Archiving Policy: Automatic-(15 days)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-Q-200187/listing.html)
 
Record
SN02239262-W 20100814/100813000218-cbe1c796a336d7b6b264140116acf012 (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.