Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,2000 PSA#2557

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

16 -- PROCUREMENT OF C130 GENERATORS SOL DTCG38-00-R-H00006 DUE 041300 POC Nancy DeBerry, Contract Specialist, 252/335-6291 or Martha Hebrew, Contracting Officer, 252/335-6557 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 procurement of the following items are being requested and a written solicitation will not be issued. Solicitation number DTCG38-00-R-H00006 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Proposal (RFP). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-15. This requirement is considered unrestricted; the Standard Industrial Classification Code is 3728 and the size standard is 1000 employees. The Coast Guard seeks to award one contract for the procurement of C130 Generators on an "as-required" basis for a base year and four one-year option periods, renewable annually. The Coast Guard requires firm-fixed prices for procurement of the following items and their corresponding yearly estimated quantities: NSN 6110-00-946-8441, P/N 2CM353C1P, Generator, 10 each estimated per year. Only the Leland generator, P/N 2CM353C1P, is acceptable to satisfy this requirement. Offorer's who propose any generator other than the Leland generator specified must provide with their offer proof of testing approval and certification from the U.S. Air Force for the offered item. Offerors' proposals are to include a delivery schedule. Desired delivery to commence within 45 days after receipt of delivery order. 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 item. Copies of packing slips and the Certificate of Conformance shall be affixed to the outside of the shipping container. Packaging of the items for return shipment shall be in accordance with the Contractor's best commercial practices with the following exceptions. Each item or unit must be individually packed in a separate box, carton, or crate. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Contract Number, Line Item, and Delivery Order Number. Only Bar Coding of the National Stock Number is necessary. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Each unit shall be packaged to protect against electrostatic damage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of one year, but no preservation coating will be applied directly to the component. Packaging material shall NOT consist of the following material: popcorn, shredded paper, styrofoam of any type, or peanut style packaging. The items specified by this notice are considered Flight Critical. The closing date is established as 13 April 2000, 3:00 pm, EST. Facsimile offers are acceptable and may be forwarded via fax number 252-335-6452. FAR provision 52.212-2 applies. Offeror's are instructed to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items (Oct 1999) with their offers. Offerors that do not have access to these certifications may request a copy from the point of contact reference above to obtain them. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 1999); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb 2000); FAR 52.203-6, Restrictions on Subcontractors Sales to the Government (Jul 1995), Alternate I, (Oct 1995); FAR 52.219-8, Utilization of Small Business Concerns (Oct 1999); FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 1999) Alternate I (Oct 1998); 52.222-26, Equal Opportunity (Feb 1999); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998), FAR 52.222-37; Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999), FAR 52.225-1, Buy American Act Balance of Payments Program -- Supplies (Feb 2000); FAR 52.233-3, Protest After Award (Aug 1996). FAR 52.212-4 applies and is tailored as follows: FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (Jan 1997); FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Jan 1997); FAR 52.204-4, Printing/Copying Double-Sided on Recycled Paper (Jun 1996); FAR 52.211-15, Defense Priority and Allocation Requirements (Sep 1990); FAR 52.216-18, Ordering (Oct 1995) (paragraph (a) at any time during the effective term of the contract including the effective period of any option(s) exercised); FAR 52.216-19, Order Limitations (Oct 1995) (paragraph (a) less than 1 each; paragraph (b)(1) the total estimated contract line quantity; paragraph (b)(2) 50 percent of the estimated quantity; paragraph (b)(3) 15 calendar days); FAR 52.216-21, Requirements (Oct 1995) (paragraph (f) 90 calendar days after expiration of contract); FAR 52.217-9, Option to Extend the Term of the Contract (Nov 1999); (paragraph (a) prior to expiration of the preceding contract term; paragraph (c) 5 years); FAR 52.243-1, Changes-Fixed Price (Aug 1987) Alternate I (Apr 1984); FAR 52.245-1, Property Records (Apr 1984); FAR 52.247-34, F.o.b. Destination (Nov 1991). Defense Priorities and Allocations System Rating: DO-A1. Notice to Offerors: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the offeror should then contact the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593. Telephone (202)267-2285; Fax No. (202)267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting officer, and solicitation closing date. ATTENTION: 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. See Numbered Note 22. Posted 03/13/00 (W-SN433892). (0073)

Loren Data Corp. http://www.ld.com (SYN# 0129 20000315\16-0003.SOL)


16 - Aircraft Components and Accessories Index Page