|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,1999 PSA#2371Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 J -- REPAIR OF DISPLAY COCKPIT CON., RNAV CUDS, AND DIG SIG CONDI
SCDUS SOL DTCG38-99-Q-100061 DUE 063099 POC Denise Hall, Purchasing
Agent, (252) 335-6143 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 document
and no other solicitation document will be issued. Solicitation number
DTCG38-99-Q-100061 is assigned to this procurement for tracking
purposes only and is being issued as a Request For Quote (RFQ). All
references to "offers" are understood to be "quotations". The
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-11. The US Coast Guard Aircraft Repair & Supply
Center seeks to award a purchase order using simplified acquisition
procedures for commercial items for the Repair of CLINs 1 through 12
Display Cockpit Cont. P/N 622-4081-001 (Mfg. Code 13499); CLINs 13
through 17 RNAV CDUs P/N 622-2698-001 (Mfg Code 13499); CLINs 18
through 20 DIG SIG CONDI SCDU P/N 622-2728-001 (Mfg. Code 13499) . This
equipment isused in support of the HU25 Falcon aircraft. All items are
to be delivered to USCG Aircraft Repair & Supply Center, Bldg. 63,
Elizabeth City, NC 27909. The Standard Industrial Classification is
3728 and the small business size standard is 1000 employees. The Coast
Guard does not own nor can it obtain specifications, drawings, plans
or other technical data for repair of this equipment. Offers may be
F.O.B Destination or F.O.B. Origin, Freight Prepaid, or both. F.O.B.
Origin, Freight Prepaid offers must include shipping costs. Offers will
be evaluated on the basis of the lowest overall cost to the Government.
The following Federal Acquisition Regulation (FAR) provisions and
clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items
(Aug 1998); 52.212-2 Evaluation-Commercial Items (Jan 1999) The
following factors, in descending order of importance, shall be used to
evaluate offers: Technical capability of the item to meet the
Government's requirement, price and past performance. FAR 52.212-3
Offeror Representations and Certifications Commercial Items (May 1999)
Offerors shall include a copy of this provision with its offer. FAR
52.212-4 Contract Terms and Conditions Commercial Items (May 1999) with
the following addendas: FAR 52.252-2 Clauses Incorporated by Reference
(Feb 1998), the full text of the clause may be accessed electronically
at Internet address www.deskbook.Osd.Mil; FAR 52.246-2 Inspection of
Supplies Fixed Price (Aug 1996), FAR 52.246-15 Certificate of
Conformance (Apr 1984) and the Coast Guard required Airworthiness
Certification Requirements;, FAR 52.247-45 F.o.b. Origin and/or F.o.b.
Destination Evaluation (APR 1984)-Offers are invited on the basis of
both f.o.b. origin and f.o.b. destination, and the Government will
award on the basis the Contracting Officer determines to be most
advantageous to the Government. An offer on the basis of f.o.b. origin
or f.o.b. destination is acceptable, but will be evaluated only on the
basis submitted (End of provision). Each piece of equipment shall be
packaged in accordance with best commercial packaging to enable
shipment to destination and transshipment to a Coast Guard unit without
repacking or incurring damage during shipping and handling. All
labeling shall be imprinted with the appropriate National Stock Number,
Part Number, and Purchase Order number. Labeling data shall be attached
to the outside of the shipping container. FAR 52.212-5, Contract Terms
and Conditions to Implement Statutes or Executive Orders Commercial
Items (May1999), paragraphs (b)(1)-(3) and (6)-(9). All responsible
sources may submit an offer which will be considered. Offers should be
faxed to (252) 334-5427. The closing date for receipt of offers is 30
June 1999 3:00 PM Eastern Standard Time. ATTENTION: Minority,
Women-owned and Disadvantaged Businesses (DBE's)! The Department of
Transportation (DOT), Short-Term Lending Program (STLP) offers working
capital financing in the form of lines of credit to finance accounts
receivable for transportation related contracts. Maximum line of credit
is $500,000 with interest at the prime rate. For further information on
STLP, call (800) 532-1169, Internet address: http://osdbuweb.dot.gov.
***** Posted 06/17/99 (W-SN344291). (0168) Loren Data Corp. http://www.ld.com (SYN# 0035 19990621\J-0003.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|