Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,2000 PSA#2528

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

28 -- ENGINES, TURBINES AND COMPONENTS SOL DTCG38-00-Q-100018 DUE 030500 POC Sherri Peele, Contract Specialist, 252-335-6491, L. J. Hudson, Contracting Officer, 252-335-6436 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 97-14. The Standard Industrial Classification Code is 3724. The small business size standard is 1000 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 supply contract. The USCG intends to award to AlliedSignal Engines, the Original Equipment Manufacturer (OEM) of the ATF3-6 Engine or a source capable of providing OEM manufactured parts with traceability. The award will be in accordance with FAR 6.302-1. The Clins and quantities are asfollows. Clin 1 NSN 1560-01-HR1-5890, P/N 3002668-2, Dagmar, 10 ea, Clin 2 NSN 2840-01-HR1-5643, P/N 3001584-1, Tube Air Supply, 40 ea, Clin 3 NSN 2840-01-HR2-1288, P/N 3002713-7, Thermo Coupler Prob, 200 ea, Clin 4 NSN 2840-01-HS1-1163, P/N 3003153-1, Aft Air Flow Defle, 3 ea, Clin 5 2840-01-074-7207, P/N 3002254-1, Chip Detector, 30 ea, Clin 6 NSN 2840-01-074-7209, P/N 3070816-9, Sensor Inlet, 20 ea, Clin 7 NSN 2840-01-074-7226, P/N 3002369-23, Vane Stage size must be .970 -- 9.89 range, 150 ea, Clin 8 NSN 2840-01-074-7245, P/N 3001437-1, XDucer, 12 ea, Clin 9 NSN 2840-01-074-9513, P/N 3002061-7, Cascade Fairing, 10 ea, Clin 10 NSN 2840-01-303-2999, P/N 3002369-24, Vane Turbine Engin size for 200 each 1.001 -- 1.015 range and 100 each 1.033 or greater, 300 ea, Clin 11 NSN 2840-01-322-5972, P/N 3002607-1, Seal Metallic Speci, 20 ea, Clin 12 NSN 2840-01-336-1817, P/N 3001770-3, Seal Metallic Speci, 8 ea, Clin 13 NSN 2915-01-HS1-0743, P/N 831044-4, Soap Kit, 500 ea, Clin 14 NSN 2995-01-304-2521, P/N 3002397-7, Cover Intake Manifo, 5 ea, Clin 15 NSN 3040-01-323-0939, P/N 3002030-8, Weight Counterbalan, 20 ea, Clin 16 NSN 3040-01-323-0940, P/N 3002030-9, Weight Counterbalan, 30 ea, Clin 17 NSN 4710-01-HS1-0878, P/N 3001589-4, Oil Supply Tube, 6 ea, Clin 18 NSN 4710-01-322-5963, P/N 3001774-1, Tube Metallic, 20 ea, Clin 19 NSN 4710-01-431-9907, P/N 3003087-3, Oil Vent Tube, 15 ea, Clin 20 NSN 4710-01-432-1885, P/N 3003088-3, Oil Scavenge Tube, 5 ea, Clin 21 NSN 5303-01-301-0325, P/N 3002654-1, Screw Cap Hexagon H, 1000 ea, Clin 22 NSN 5306-01-HS1-3814, P/N 3003334-1, Bolt, 300 ea, Clin 23 NSN 5306-01-276-9056, P/N 3001760-2, Bolt Tee Head, 500 ea, Clin 24 NSN 5306-01-303-2816, P/N 30033055-1, Bolt Externally Rel, 600 ea, Clin 25 NSN 5310-01-HS1-3054, P/N S9011F1-400, Washer Metallic Thr, 200 ea, Clin 26 NSN 5310-01-301-0328, P/N 3002038-2, Washer Split, 50 ea, Clin 27 NSN 5330-01-HS1-0798, P/N 3003294-1, Seal Ring Turbine H, 10 ea, Clin 28 NSN 5330-01-157-9343, P/N 651-519-9306, Seal, 50 ea, Clin 29 NSN 5330-01-304-0646, P/N 3003076-2, Gasket, 50 ea, Clin 30 NSN 5330-01-304-7488, P/N 3003077-2, Gasket, 40 ea, Clin 31 NSN 5330-01-399-0224, P/N 3609761-4, Seal, 20 ea, Clin 32 NSN 5330-01-440-6840, P/N 3003242-3, Seal Plain Encased, 8 ea, Clin 33 NSN 5340-01-324-0646, P/N 3001456-3, Cap Filler Opening, 6 ea, Clin 34 NSN 5365-01-146-5816, P/N 3001998-1, Shim, 40 ea, Clin 35 NSN 1560-01-HR1-5695, P/N 3001902-5, Fairing Aft, 2 ea, Clin 36 NSN 2840-01-451-0810, P/N 3001410-9, Liner Outer Transit, 10 ea, Clin 37 NSN 4330-01-161-1967, P/N 897513-1, Filter Fuel, 50 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. F.o.b. origin bids shall include the type of packaging; e.g., box, carton, crate and guaranteed maximum shipping weight; cubic measurement; and length, width, and height of each container for each Clin. Packaging and marking: Shall be in accordance with ASTM D 3951-95 approved July 15, 1995. Note each part must be individually packed in a separate box; 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 COR located at contractors facility. Desired delivery is 90 days after receipt of contract. Required delivery is 220 days after receipt of contract. Items delivered under this contract shall be new material. Reconditioned/Used material is not acceptable. Anticipated award date 03 April 2000. All responsible sources may submit a proposal, which shall be considered by the Agency. Sources considered for award must be FAA certified. A Certificate of Conformance shall be submitted as required. Closing date and time for receipt of offers is 05 March 2000, 4:00 p.m., Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via fax number 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. See Numbered Note 12. 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 (Nov 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 (Oct 1999), Alt I (Oct 1998), 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 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d) (4)); 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 52.225-9 Buy American Act -- Trade Agreements Act -- Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582) FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332) ADDENDUM FAR 52.211-15 Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990) FAR 52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. FAR 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999) 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 52.246-15 Certificate of Conformance (Apr 1984) FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984) FAR 52.247-60 Guaranteed Shipping Characteristics (Dec 1989) (a) The offeror is requested to complete subparagraph (a)(1) of this clause, for each part or component which is packed or packaged separately. This information will be used to determine transportation costs for evaluation purposes. If the offeror does not furnish sufficient data in subparagraph (a)(1) of this clause, to permit determination by the Government of the item shipping costs, evaluation will be based on the shipping characteristics submitted by the offeror whose offer produces the highest transportation costs or in the absence thereof, by the Contracting Officer's best estimateof the actual transportation costs. If the item shipping costs, based on the actual shipping characteristics, exceed the item shipping costs used for evaluation purposes, the Contractor agrees that the contract price shall be reduced by an amount equal to the difference between the transportation costs actually incurred, and the costs which would have been incurred if the evaluated shipping characteristics had been accurate. (1) To be completed by the offeror: (i) Type of container: Wood Box, Fiber Box, Barrel, Reel, Drum, Other, Specify___________; (ii) Shipping configuration: Knocked-down, Set-up, Nested, Other Specify_____________; (iii) Size of container: Length, x Width x Height = ________ Cubic Ft; (iv) Number of items per container __________each; (v) Gross weight of container and contents ________Lbs; (vi) Palletized/skidded _______yes _______no; (vii) Number of containers per pallet/skid ___________; (viii) Weight of empty pallet bottom/skid and sides________Lbs; (ix) Size of pallet/skid and contents __________Lbs Cube __________; (x) Number of containers or pallets/skids per railcar ______________* Size of railcar ____________ Type of railcar____________ (xi) Number of containers or pallets/skids per trailer____________* Size of trailer___________Ft Type of trailer__________ *Number of complete units (contract line item) to be shipped in carrier's equipment. (2) To be completed by the Government after evaluation but before contract award: (i) Rate used in evaluation____________; (ii) Tender/Tariff____________; (iii) Item__________________. (b) The guaranteed shipping characteristics requested in subparagraph (a)(1) of this clause do not establish actual transportation requirements, which are specified elsewhere in this solicitation. The guaranteed shipping characteristics will be used only for the purpose of evaluating offers and establishing any liability of the successful offeror for increased transportation costs resulting from actual shipping characteristics which differ from those used for evaluation in accordance with paragraph (a) of this clause. (End of clause) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address; www.deskbook.osd.mil TAR 1252.219-70 Small Business and Small Disadvantaged Business Subcontracting Reporting (Jun 1997) 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 01/31/00 (W-SN420179). (0031)

Loren Data Corp. http://www.ld.com (SYN# 0136 20000202\28-0004.SOL)


28 - Engines, Turbines and Components Index Page