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