Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 28, 2021 SAM #7179
SPECIAL NOTICE

16 -- TIRES (U8018)

Notice Date
7/26/2021 11:56:21 AM
 
Notice Type
Special Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(000 ELIZABETH CTY NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03821QL0000154
 
Response Due
8/4/2021 6:00:00 AM
 
Archive Date
08/19/2021
 
Point of Contact
DENISE M COLEY, Phone: 2523356562, Fax: 2523356562
 
E-Mail Address
denise.m.coley@uscg.mil
(denise.m.coley@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
70Z03821QW0000154 BUY POSTING 15K � 25K This Request for Quote (RFQ) 70Z03821QL00000154 incorporates provisions and clauses in effect through Federal Acquisition Circular. The applicable North American Industry Classification Standard (NAICS) Code is 336413.� The small business size standard is 1,250 employees. This requirement consists of the following spare parts utilized on the HC144 USCG aircraft. All or none. This required high priority posting will close at EST 08/04/2021 9:00 AM EST. AIRCRAFT COMPONENT(s) / intent to award to OEM or incumbent. �Factory new and full traceability back to OEM is required and must be stated with the quotation. USCG ALC MRS is seeking quotes (PDF and text email) with intent to award, using simplified acquisitions, a purchase order for the following: NSN: 1630-99-794-8655, TIRE, MLG, P/N DR10627T, QTY 20 EACH. MFGCD: U8018 Only new traceable to manufacture by the OEM, are acceptable. Full Traceability back to Original Equipment Manufacturer (OEM) is required and must be stated with the quotation. Drawings and specifications are not available, and cannot be furnished by the Government. Required delivery is 240 days after receipt of order. Deliver to USCG Aviation Logistics Center (ALC), Receiving Section, Bldg. 63, Elizabeth City, North Carolina, 27909-5001. FORM 8130-3 PREFERRED OR OEM COC IAW FAR 52.246-15 as indicated in non-specific aircraft system categories, with sample terms and conditions attached, in USCG-ALC-MRS-BAA-FY18 as posted on WWW.BETA.SAM.GOV. Vendors with ""New Equipment Stock-On-Hand with full traceability back to the OEM wishing to show interest in providing a quote are encouraged to contact ALC MRS via email to Denise.m.coley@uscg.mil� with their information.� All responsible sources may submit a response which, if received prior to the closing date, must be considered by the agency. This award is anticipated to be in excess of $15K but is not expected to exceed $25K.�� Point of contact for this intent to award notice is Ms. Denise M. Coley, e-mail denise.m.coley@uscg.mil. This special notice of intent to award is posted on WWW.BETA.SAM.GOV in compliance with and in accordance with Federal Acquisition Regulations Part 5.101 (Methods of Disseminating Information) between $15K and $25K. Award will be made upon determination of fair and reasonable pricing and is subject to FAR Part 12 and FAR Part 13. Purchase Order terms and conditions will be in accordance with FAR 52.212-4 Contract Terms and Conditions � Commercial Items (OCT 2018) and the applicable clauses of FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (JUL 2021).The USCG requires that distributors or potential sources be ASA-100 certified or in compliance with other quality system listed in FAA Advisory Circular 00-56A. Only exact part numbers with traceability to the OEM will be accepted. �� SYSTEM FOR AWARD MANAGEMENT (SAM) The system for award management (SAM) is a free web-site which consolidates Federal Procurement systems and the catalog of Federal Domestic Assistance. 52.217-6 Option for Increased Quantity Mar 1989 52.203-98������� Prohibition on Contracting with Entities that Require������������������� July 2016 ����������������������� Certain Internal Confidentiality Agreements � Representation (Deviation) (a) In accordance with Section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. COMMANDING OFFICER BLDG 63 The United States Coast Guard (USCG) anticipates award of a Firm-Fixed Price Purchase Order to the Original Equipment Manufacturer (OEM), or a distributor that can provide documented traceability for the components.� The United States Coast Guard (USCG) anticipates award of a Firm-Fixed Price Purchase Order to the Original Equipment Manufacturer (OEM), or a distributor that can provide documented traceability for the components.� Award will be made to the offeror quoting the lowest price technically acceptable to the USCG.� All responsible sources may submit a quote which shall be considered by the USCG. Only new items are acceptable. Reconditioned or used items are not acceptable. Offerors must be able to provide necessary certification including traceability to the OEM and provide a Certificate of Conformance (COC) to ensure parts are in airworthy condition, suitable for installation on USCG aircraft.� Prospective vendors who are not the OEM must provide traceability for the materials.� Traceability means a clear, complete, documented, auditable paper trail which traces each step from an OEM or distributor to its current location.������� Required delivery schedule is _60__ DAYS or less after receipt of order. The offerors shall propose a delivery schedule.� All requests for time extension shall be in writing and shall include substantiation of the need for such time extension in accordance with FAR 52.212-4 (f), Excusable delays.� If nonperformance is not covered by an excusable delay, the Contractor and the Contracting Officer shall negotiate consideration for the approval of the extended delivery date at which time a modification will be issued to reflect the consideration and extension.������ ������ ���������������������������������������������������������������������������������������������������������������������������������������� Drawings or specifications are not available and cannot be furnished by the Government.� F.O.B. Destination is requested as the FOB point for Deliverables. Quotes submitted offering F.O.B. Origin should include estimated shipping charges to the USCG.� Partial and early deliveries are acceptable if at no additional cost to the USCG.� The offeror shall furnish a Certificate of Conformance (COC) in accordance with FAR clause 52.246-15.� Certificate of Conformance must be submitted in the format specified in the clause. Packaging, Marking and Preservation�������������������������������������������������� ����������������������������������������������������������������������������The offeror shall comply with ASTM D3951-10 (August 01, 2011), Standard Practice for Commercial Packaging. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to USCG units without repackaging or incurring damage during shipment and handling.� Items shall be individually packaged and labeled.� Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging.� The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage.� Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage. Also, The Forms should be ""attached to or included with the part and a copy placed on the outside of the shipping container"". Packing Slip�������� ����������������������������������������������������������������������������������������������������������������������������������������� �At the time of delivery of supplies, the offeror shall furnish the Government a completed packing slip. �Labeling shall include the National Stock Number, Part Number, Serial Number, Nomenclature, Quantity, Contract Line Item Number, and Contract Number.� Labeling data shall be attached to the outside of the shipping container.�� Bar coding is not required.� Certificate of Conformance (COC) shall be placed on the outside of individual containers. ������� Shipping Instructions���������������������������������������������������������������������������������� ���������������������������������������������������������������������������������Items shall be shipped to the following address:������������������������������������������������������������������������������������������������������������ USCG Aviation Logistics Center Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001�������������������������������������������������������������������������������������������������������� ��������������������������� Mark For: Purchase Order No. ____________________________ (To be assigned at time of award)������� FAR 52.212-1, Instructions to Offerors�Commercial Items (JuL 2021) is incorporated by reference with the following addendum: (b)���� Submission of offers. Questions, comments, and offers/quotes shall be submitted via e-mail only.� (c)���� Period for acceptance of offers.� The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.� Unless stated otherwise, quotes/offers are invited on either the basis of F.o.b. Destination or F.o.b. Origin.� F.o.b. Destination is preferred for all deliverables. All quotes/offers shall be considered F.o.b. Destination unless F.o.b. Origin is specified and estimated shipping costs are included.� Quotes/Offers accepted on the basis of F.o.b. Origin require pre-payment of all shipping costs to the address specified at Block 15 of the SF 1449 (page 1). Shipping costs will be reimbursed as a separate item on the invoice.� Shipping costs which exceed $100 must be accompanied by a freight carrier�s invoice.� Quotes shall be submitted on company letterhead and include the following information:� RFQ Number Company�s name, address and phone number The quote shall include the terms of any standard commercial warranty offered or provide a copy of the warranty. ����������� (End of provision) Full Text Provisions 52.233-2��������� Service of Protest ���������������������������������������������������������������������������� ����������� ������������������������������������������������������������������������������Sep 2006 (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: USCG ALC MRS Division ATTN: Monique H. Swinson 1664 Weeksville Road Elizabeth City, NC 27909 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.212-2, Evaluation�Commercial Items�������������������������� �������������������Oct 2014 The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.� Award will be made on the basis of the lowest evaluated price of quotes/offers meeting or exceeding the technical acceptability non-priced factors listed below. Technical Acceptability: A quote must include the following to be considered technically acceptable: Proof of current FAA certification, or OEM, or Air force approval, to supply the components specified by the Schedule. Parts quoted must be certified �Factory New� FN condition with Certificate of Conformance traceable to the manufacturer of the parts. Note:� In the event the Offeror has no documented history with the USCG components specified by the SOW, the Government may request and the Offeror will be obligated to provide information supporting their capabilities. Price: FFP quotes shall be submitted using the attached schedule, labeled with the RFQ number.� Any discounts for prompt payment should be included in this section.� Replacement parts or processes specifically excluded in the quote will result in rejection of the quote. If the lowest quote/offer meets or exceeds the technical acceptability factors shown above, the Government will evaluate no other quotes.� The Government intends to award one (1) order resulting from this solicitation; however reserves the right to award multiple orders if doing so is in the best interest of the Government. (End of provision) 52.212-3� Offeror Representations and Certifications-Commercial Items��������� ���������� �(FEB 2021) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (End of provision) FAR 52.212-4� Contract Terms and Conditions Commercial Items (Oct 2018) with the following included by addendum: Quality Assurance: This section is applicable to all orders for products that will ultimately touch USCG aircraft.�� The Contractor shall, immediately upon discovery, notify and disclose conditions to the Contracting Officer of any event, supply change, material change, supply malfunction, counterfeit/suspect parts or materiel, defect or non-airworthy condition of any product or component (to include components used in repairs) found to potentially cause a non-conformity to the original specifications of this order. The Government reserves the right to inspect any non-conforming product or component. Therefore, the Contractor shall obtain approval from the Contracting Officer prior to the disposition of any non-conforming product or component.� The Contractor�s quality control manual shall address in detail the Contractor�s risk management, test, inspection, non-conforming product and counterfeit/suspect parts processes. The Contractor shall immediately notify the Contracting Officer of any changes that potentially have an impact on the product.� Changes may include but are not limited to products, processes, materiel, supplier sources, manufacturing facility location and personnel qualifications. Upon notification of the change, the USCG will approve or deny the change. Facility location changes may require the Government to perform a facility inspection. The Contractor shall allow the Government access to all applicable areas of the Contractor�s facilities to ensure compliance with contractual requirements. In the event that the change is not approved by the USCG, the contract, delivery order or task order may be cancelled or terminated in accordance with FAR.� The Contractor shall retain all records in accordance with FAR 4.7 Contractor Records Retention. The Contractor shall be required to permit Government access to applicable records retained at any level of the supply chain.� Unless otherwise specified, the Contractor shall flow down all requirements in this order to their supply chain, to include all subcontractors and suppliers.� Packaging Instructions: The USCG Aviation Logistics Center (ALC) 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.� For bulk packages, packaging of material up to 100 each per package is acceptable.� 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. Shipping Instructions: Items shall be shipped to the following address: ���������������� USCG Aviation Logistics Center ���������������� Receiving Section, Bldg. 63 ���������������� 1664 Weeksville Road ���������������� Elizabeth City, NC� 27909-5001 Purchase Order Number: 70Z03821PN0000XXX Inspection and Acceptance: Inspection and acceptance of material under this order shall be performed at destination by local USCG personnel to ensure that items are IAW manufacturer's specifications and will consist of count and condition only. A Certificate of Conformance (COC) IAW FAR 52.246-15 shall be required for all items provided on this order. The COC must include the National Stock Number, Part Number, Serial Number, and Purchase Order Number and must be signed by the Contractor�s authorized representative. Full and clear traceability must be provided with delivery of each part.� If full and clear traceability is not provided, ALC will not accept delivery of the part and invoicing may not be approved for payment. ****TRACEABILITY. Traceability means that the contractor 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.� Also, The Forms should be ""attached to or included with the part and a copy placed on the outside of the shipping container"". Vendor is the OEM. Traceability not required. ������� Traceability is required. Contractor must provide the following documentation if selected: �Certificate of Airworthiness in accordance with FAA procedures (FAA Form 8130-3/8130-4 or EASA 1 Form). �Certificate of Conformance in accordance with FAR 52.246-15 is required. �PMA documentation required. �������� �Other documentation (fill in blank as necessary): ___________________________ F.o.b. Destination order prices include all applicable customs, duties, taxes, and shipping charges. F.o.b. Origin orders require prepayment of all shipping costs to the address specified in Block 15 on the SF 1449, page 1. Shipping costs must appear as a separate item on the invoice. A carrier�s invoice must accompany the invoice when shipping costs exceed $100. FAR 52.252-2 Clauses Incorporated by Reference���������������������������������������� Feb 1998 This contract incorporates one or more clauses by reference, with the same for and effect as if they were given in full text.� Upon request, the Contracting Officer will make their full text available.� Also, the full text of a clause may be accessed electronically at this address:� https://www.acquisition.gov/far/index.html. FAR 52.225-8����������� Duty Free Entry���������������������������������������������������������������� ����������������� Feb 2000 FAR 52.204-7����������� System for Award Management��������������������������������������� Oct 2018 FAR 52.204-13��������� System for Award Management Maintenance���������������� ��Oct 2018 FAR 52.204-16��������� Commercial and Government Entity Code Reporting������ Jul 2016 FAR 52.204-18 ���������Commercial and Government Entity Code Maintenance� ���� Jul 2016 FAR 52.246-15������� �������������������������������������������������������������������������������������������������������������� Certificate of Conformance ������������ ����������������������������������������������Apr 1984 FAR 52.247-29���������� F.o.b. Origin����������� �������������������������������������������������������������������������������������������������� ����������������������������������� �����������������������������������������Feb 2006��� FAR 52.247-34���������� F.o.b. Destination������������������������������������������������������������� Nov 1991 HSAR 3052.212-70��� Contract Terms and conditions applicable to DHS Acquisition of commercial items (Sep 2012) Federal Acquisition Regulation (FAR) Full Text Clauses �52.217-6 Option for Increased Quantity���������������������������������������������� ���������������������������������������������������� Mar 1989 The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the year.� Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.� QUANTITY OF 60 EACH.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0df021d96b894bff9f942fd903488900/view)
 
Place of Performance
Address: Elizabeth City, NC 27909, USA
Zip Code: 27909
Country: USA
 
Record
SN06072895-F 20210728/210728203253 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.