Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1998 PSA#2174

Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001

16 -- AIRCRAFT COMPONENTS AND ACCESSORIES SOL DTCG38-98-Q-H00018 DUE 081798 POC Nancy DeBerry, Contract Specialist, 252-335-6291 or Martha Hebrew, Contracting Officer, 252-335-6557 17. 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; firm-fixed-price proposals for overhaul of the following items are being requested and a written solicitation will not be issued. Solicitation number DTCG38-98-Q-H00018 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Proposal (RFQ). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-05. This requirement is considered a small business set-aside; the Standard Industrial Code (SIC) is 3728 and the size standard is 1000 employees. The Coast Guard seeks to award one contract for the procurement of these overhaul services, however, split awards will be considered if they are fiscally and administratively economical. Interested parties are advised that the Coast Guard does not own, nor can it provide data packages or drawings. Rework shall be accomplished in accordance with the specifications listed with the actual components and quantities. Firm-fixed-prices do not include components received which indicate obvious misuse, cannibalization, or severe damage due to mishandling or crash damage. Components received in the above listed conditions will be handles on a case by case basis, after notification to the Contracting Officer of such condition. Actual items and quantities are: Item 0001 -- NSN 6680-01-058-5860, P/N JG402A55, Indicator, Liquid QU; 4 each; (AFTO 5L6-3-31-33, latest revision). Item 0002 -- NSN 6680-01-058-5864, P/N JG412A-56, Indicator, Liquid QU; 2 each;(AFTO 5L6-3-31-33, latest revision). Item 0003 -- NSN 6680-00-585-5859, P/N JG412A2, Indicator, Liquid QU; 10 each; (AFTO 5L6-3-81-3, latest revision). Item 0004 -- NSN 6680-00-580-1246, P/N JG402A3, Indicator, Liquid QU; 16 each; AFTO 2J-T56-43, latest revision). Item0005 -- NSN 6680-00-849-7809, P/N JG412A10, Indicator, 12 each; (AFTO 5L6-3-31-173, latest revision). Item 0006 -- NSN 6680-00-585-5444, P/N JG412A3, Indicator, Liquid QU; 3 each; (AFTO 5L6-3-31-173, latest revision). Item 0007 -- NSN 6685-00-933-7911, P/N DST29-3, Indicator, Temp; 5 each; (AFTO 5E6-3-34-104, latest revision) Item 0008 -- NSN 6680-01-056-1779, P/N JG402A52, Indicator, Liquid QU; 5 each;(AFTO 5L6-3-31-33, latest revision). Item 0009 -- NSN 6620-01-038-5769, P/N 8DJ64GBH1, Indicator, Fuel; 1 each; (AFTO 5L6-2-64-3, latest revision) Item 0010 -- NSN 6680-00-895-7930, P/N JG412All, Indicator, Liquid QA; 2 each; (AFTO 5L6-3-31-43/44) Item 0011 -- NSN 6680-00-740-7044, P/N EA1065AW2315, Transmitter, Liq; 12 each; (OEM specifications) Item 0012 -- NSN 6680-01-060-5228, P/N JG402A53, Indicator, Liquid QU, 1 each, (AFTO 2J-T56-43, latest revision) Item 0013 -- NSN 6680-01-063-0597, P/N JG412A52, Indicator, Liquid QU, 1 each, (AFTO 5L-3-31-33, latest revision) Required delivery shall be no later than 90 days after receipt of material. Desired delivery to commence within 60 days after receipt of material. Earlier deliveries are acceptable and desired at no additional cost to the Coast Guard. Inspection and acceptance shall be performed at destination by USCG ARSC Quality Assurance personnel. Fob point shall be destination. A Certificate of Conformance in accordance with FAR 52.246-15 is required for each repaired item. Copies of packing slips and the Certificate of Conformance shall be affixed to the outside of the shipping container. The closing date for receipt of offers is 17 September 1998, 3:00 pm, Eastern Standard Time. Facsimile offers are acceptable and may be forwarded via fax number (252)335-6452. Far provision 52.212-2 applies; evaluation factors will be price and past performance, and these factors are substantially equal. In order to evaluate past performance, offerors are instructed to provide descriptions of experience in overhauling the above listed components during the preceeding 2-year period which includes the contract number, agency, point of contact and applicable phone number. References should be given which reflect recent contracts with Federal agencies or military organizations. Note: The Government reserves the right to contact any potential source of information regarding an offeror's past performance. Offeror's are instructed to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 1997) with their offers. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Aug 1998), FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Apr 1998), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 1998), FAR 52.233-3, Protest After Award (Aug 1996), FAR 52.203-6, Restrictions on Subcontractors Sales to theGovernment (Jul 1995), Alternate I, (Oct 1995), FAR 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns, (Jun 1997), FAR 52.222-26, Equal Opportunity (Apr 1984), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1998), FAR 52.222-36, Affirmative Action for Handicapped Workers (Jun 1998), FAR 52.222-37, Employment Reports on Special Disabled and Veterans and Veterans of the Vietnam Era (Apr 1998), 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 disadvantaged 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 ratesto provide accounts receivable financing. The maximum line of credit is $500,000.00. For further information and applicable forms concerning the STLP, please call the OSDBU at (800)532-1169.***** Posted 09/02/98 (W-SN244879). (0245)

Loren Data Corp. http://www.ld.com (SYN# 0161 19980904\16-0007.SOL)


16 - Aircraft Components and Accessories Index Page