|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1997 PSA#1970H60 Supply, Bldg. 79, USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 J -- MAINTENANCE, REPAIR AND REBUILDING OF EQUIPMENT SOL
DTCG38-98-Q-S00001 DUE 113097 POC Point of Contact -- Contact Sherri
Herring, (919) 335-6491 This is a combined synopsis/request for
quotation for repair/rework of 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 request for quotation; proposals are being requested and a
written request for quotation/solicitation will not be issued. The
request for quotation incorporates provisions and clauses in effect
through Federal Acquisition Circular 90-46. This is an unrestricted
procurement. The USCG intends to award a purchase order for a firm
fixed price to the Original Equipment Manufacturer (OEM) and only known
PICA certified source. Sikorsky Aricraft Corporation for rework of 4
each Servocylinders, NSN: 6615-01-158-5985, P/N: 70410-22910-045.
Offerors must possess NAVICP-PICA certification as a repair agent.
Information regarding NAVICP-PICA certification may be obtained from
NAVICP(Code 073), 700 Robbins Blvd., Philadelphia, PA 19111,
(215-697-1236). The StandardIndustrial Classification Code is 3728. The
small business size standard is 1000 employees. Drawings and/or
Specifications are not available and cannot be furnished by the
Government. Items are to be delivered to USCG Aircraft Repair & Supply
Center, Receiving ?Section, Bldg. 63, Elizabeth City, NC 27909.
Inspection and Acceptance will be performed at contractors facility. A
Certificate of Conformance is required. Contractor will be required to
comply with USCG's tracking requirements. Closing date and time for
receipt of offers is 30 Nov 1997, close of business. Facsimile Offers
are acceptable and may be forwarded via Fax Number (919)335-6790. FAR
provision, 52.212-2 does not apply in that award will be made to the
offeror who submits the lowest price meeting the USCG's requirements.
Offerors are instructed to include a completed copy of FAR provision
52.212-3 "Offeror Representations and Certifications -- Commercial
Items: with their bid. If a copy of this certification is needed, it
may be requested by calling the contact number identified above. Offers
may be submitted on company letterhead stationery indicating the
nomenclature, part number, unit price and extended price for the items
offered; plus the FOB point, and any discount offered for prompt
payment, the business size standard and any minority classification.
The offer must be signed by a company representative authorized to
commit the company. The following FAR provisions and clauses apply to
this request for quotation and are incorporated by reference. FAR
52.212-1 Instructions To Offerors -- Commercial Items (Oct1995) FAR
52.212-2 Evaluation -- Commercial Items (Oct 1995) FAR 52.212-3 Offeror
Representations and Certifications -- Commercial Items (Jun 1996) FAR
52.212-4, Contract Terms and Conditions - -- Commercial Items (Oct
1995) FAR 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commerical Items. (Aug 1996) FAR
52.222-26, Equal Opportunity (Apr 1984) FAR 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (Apr 1984) FAR
52.222-36, Affirmative Action for Handicapped Workers (Apr 1984) FAR
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (Jan 1988) FAR 52.225-3, Buy-American Act --
Supplies (Jan 1994) Defense Priorities and Allocations System Rating:
DO-A1. For Minority, Women-Owned and disadvantaged Business
Enterprises: The Department of Transportation (DOT), Office of Small
and Disadvantaged Business Utilization (OSDBU), has a program to assist
minority, women-owned and disadvantage business enterprises to acquire
short-term working capital assistance for transportation-related
contracts. Loans are available under the DOT Short Term Lending Program
(STLP) at prime interest rates to provide accounts receivable
financing. The maximum line of credit is $500,000. For further
information and applicable forms concerning the STLP please call the
OSDBU at (800) 532-1169. (AC1106013-14) (0311) Loren Data Corp. http://www.ld.com (SYN# 0056 19971112\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|