Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 18,2000 PSA#2603

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

16 -- HU-25 AUXILIARY POWER UNIT MUFFLERS SOL DTCG38-00-Q-100049 DUE 060200 POC Jamie W. Colson, 252-335-6499 or L. J. Hudson, 252-335-6142 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 97-16. The Standard Industrial Classification Code is 5084. 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 procurement will be awarded as a firm fixed-price supply contract. The USCG intends to award to Senior Flexonics, Inc., the Original Equipment Manufacturer for the installed HU25 APU Muffler. The CLINs and quantities are as follows: Clin 1: NSN: 1560-01-283-9444, P/N: 9908697-105, Muffler, Exhaust, 37 EA; Clin 2: NSN: 2840-01-HS1-4450, P/N: 9908697-KIT, APU EXT. TOOLING KIT, 1 EA; Clin 3: REPRODUCED DRAWINGS, 1 SE. Drawings and/or Specifications are not available and cannot be furnished by the Government. Items are to be delivered to Commanding Officer, Aircraft Repair and Supply Center, Elizabeth City, North Carolina, 27909. F.O.B. Point will be in accordance with Contractors standard commercial practice. Packaging : Shall be in accordance with ASTM D 3951-98 dated 10 Nov 1998, Commercial Packing, Shipping, and Storage Procedures. Exceptions: 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, 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 the container. Inspection and acceptance of material shall be performed at the contractor's facility by DCMC. Required delivery is not less than four (4) new mufflers within ninety (90) days of contract award with a continued delivery at a rate of not less than four (4) per month until all 37 have been delivered. Items delivered under this contract shall be new material. Reconditioned/Used material is not acceptable. Anticipated award date 04 October 2000. All responsible sources may submit a proposal which shall be considered by the Agency. Closing date and time for receipt of offers is 25 June 2000, 4:00 pm, Eastern Standard Time. Facsimile offers are acceptable and submitted on company letterhead stationery indicating the nomenclature; part number; unit price 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. 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (Mar 2000) 52.212-2 EVALUATION -- COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (Feb 2000) Alternate I (Oct 1998). Alternate III (Jan 1999). Offerors shall include a copy of this provision with their offer. 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1999) IAW 12.302. ADDENDUM 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER. (Jun 1999) 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (OCT 1997) Alternate IV (Oct 1997). Provide information on the prices at which the same or similar items have been sold in the commercial market. 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (FEB 1999) The contractor shall comply with ISO 9001 or ISO 9002, ANSI/ASQC Q9001, Q9002 or a Quality System that is acceptable to the government. Contractor shall state quality system to be used in the performance of this contract. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (FEB 2000) 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GAVERNMENT, WITH ALTERNATE I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (Feb 1999). 52.222-26, EQUAL OPPORTUNITY (E.O. 11246). 52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THR VIETNAM ERA (38 U.S.C. 4212). 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES(29 U.S.C. 793). 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (38 U.S.C. 4212). 52.232-34, PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTOR REGISTRATION (31 U.S.C. 3332). 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 on STLP, call (800)532-1169, Internet address: http://osdbuweb.dot.gov. 52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS. (Sep 1990) Anticipated award date is no later than 23 JUL 2000. Closing date and time for receipt of offers is 02 JUN 2000, 4:00 p.m., Eastern Standard Time. Facsimile offers are acceptable and may be forwarded to 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I and Alternate III. Contact Jamie Colson for questions regarding this solicitation at 252-335-6499. Posted 05/16/00 (W-SN455426). (0137)

Loren Data Corp. http://www.ld.com (SYN# 0213 20000518\16-0013.SOL)


16 - Aircraft Components and Accessories Index Page