Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,1999 PSA#2410

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

28 -- ENGINES, TURBINES, AND COMPONENTS SOL DTCG38-99-Q-1000074 DUE 083099 POC Greg Rakes, Contract Specialist, (252) 334-5410; L.J. Hudson, Contracting Officer (252) 335-6142 E-MAIL: Click here to contact the Contract Specialist via, grakes@arsc.uscg.mil. 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; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 97-12. The Standard Industrial Classification Code is 3724. The small business size standard is 1,000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract. The award will be in accordance with FAR 6.302-1. Clin 1 NSN 2840-01-HR2-1905, P/N 3001743-2, Seal Assembly Bearing, 20 ea; Clin 2 NSN 5306-01-150-1950, P/N 3002862-1, Bolt, 800 ea; Clin 3 NSN 2840-01-074-7232, P/N 3002217-1, Monopole N1, 4 ea; Clin 4 NSN 2840-01-074-7207, P/N 3002254-1, Chip Detector, 12 ea; Clin 5 NSN 5330-01-304-0647, P/N 3003080-1, Gasket, 150 ea; Clin 6 NSN 5330-01-163-0073, P/N 3001571-2, Ring-Lock-Keyed, 50 ea; Clin 7 NSN 4710-01-332-1418, P/N 3001575-2, Air Tube Assembly, 70 ea; Clin 8 NSN 5330-01-303-2850, P/N 3003072-1, Gasket, 150 ea; Clin 9 NSN 2840-01-HR1-4585, P/N 3002499-3, Insulation, 10 ea. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909 M/F: Field Stock (00001). F.O.B. Point will be in accordance with Contractors standard commercial practice. Packaging and marking: Shall be in accordance with MIL-STD-129 Revision N, Marking for Shipment and Storage, dated 15 May 1997. Note each part must be individually packed in a separate box, carton, crate, or sealed envelope; Suitable for shipment via land, air or sea; Each package shall be individually labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, Line Item Number; Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage for a period of one year; Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut style packaging; Bar coding is authorized, however, not mandatory; AOG situation requires highly visible lettering on the outside of container. Inspection and acceptance of material shall be performed by ARSC Quality Assurance personnel. Desired delivery is 15 days after receipt of contract. Required delivery is 30 days after receipt of contract. Items delivered under this contract shall be new material. Reconditioned/Used material is not acceptable. Anticipated award date is September 10, 1999. All responsible sources may submit a proposal which shall be considered by the Agency. Sources shall be certified by the FAA or the OEM. Closing date and time for receipt of offers is August 30, 1999, 4:00 pm, Eastern Daylight Time. Facsimile Offers are acceptable and may be forwarded via fax to 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price for base and each ordering period and extended price; FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date. 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 (June 1999) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) Award will be made to the offeror who submits the lowest price meeting the USCG's requirements FAR 52.212-3 Offeror Representations and Certifications Commercial Items (June 1999) and Alt I (Oct 1998) and Alt III (Jan 1999) These certifications must be included with quotation, copies may be obtained by calling the Agency. FAR 52.212-4 Contract Terms and Conditions Commercial Items (May 1999) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 1999) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) FAR 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3 Buy American Act- Supplies (41 U.S.C. 10) FAR 52.225-18 European Union Sanction for End Products (E.O. 12849) FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332) ADDENDUM FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984) FAR 52.211-15 Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990) FAR 52.211-16 Variation In Quantity (Apr 1984) para (b) -- Increase: 0% -- Decrease: 0% Applies to all contract line items FAR 52.246-11 Higher-Level Contract Quality Req (Feb 1999) The contractor shall provide and maintain a quality system equal to ISO 9001, ISO 9002, ANSI/ASQC, Q9001, Q9002 or a higher-level system acceptable to the Government. Contractor shall state quality system to be used in performance of this contract. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address; www.deskbook.osd.mil Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! 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, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.***** Posted 08/12/99 (W-SN366867). (0224)

Loren Data Corp. http://www.ld.com (SYN# 0283 19990816\28-0008.SOL)


28 - Engines, Turbines and Components Index Page