|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 16 -- AIRCRAFT SPARE PARTS FOR THE HU25 FALCON AIRCRAFT SOL
DTCG38-0-Q-100057 DUE 072800 POC Denise Hall, (252) 335-6143 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6 as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation and no other solicitation document
will be issued. Requests for a solicitation package will be
disregarded. Solicitation number DTCG38-00-Q-100057 is assigned for
tracking purposes only. The incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-17. This
purchase order will be awarded as a Firm Fixed Price Purchase Order
using simplified acquisition procedures for commercial items for the
purchase of CLIN 1: P/N 3003299-1, NSN: 2840-01-HS1-0491, Bearing, Seal
Rotor, Quantity 10 Each; CLIN 2: P/N 3002061-7, NSN: 2840-01-074-9513,
Cascade Fairing, Quantity 12 Each; CLIN 3: P/N 3001158-1, NSN:
2840-01-378-9286, Seal Assy, Quantity 25 Each; CLIN 4: P/N 3002442-2,
NSN: 4710-01-074-9495, Tube Assy Scav.Ret., Quantity 4 Each; CLIN 5:
P/N 3001734-1, NSN: 5330-01-137-7811, Seal, Quantity 500 Each; CLIN 6:
P/N 3003087-3, NSN: 4710-01-431-9907, Oil Vent Tube, Quantity 10 Each;
CLIN 7: P/N 3003088-3, NSN: 4710-01-432-1885, Oil Scavenge Tube,
Quantity 7 Each (Mfg. Code 99193). These parts are used in support of
the US Coast Guard HU25 Falcon Aircraft and are Flight Critical to USCG
operations. All Items are to be delivered to US Coast Guard Aircraft
Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909. The
Standard Industrial Classification is 3728 and the small business size
standard is 1000 employees. This is an unrestricted procurement. The
Coast Guard does not own nor can it obtain specifications, drawings,
plans or other technical data for these parts. Requests for drawings
will be disregarded. FOB Destination offers are desired. FOB Origin
offers must include shipping charges to be considered responsive.
Offers will be evaluated on the basis of the lowest overall cost to the
Government. Inspection shall be performed by Certificate of Conformance
(COC) and acceptance of material shall be performed by the USGC
Aircraft Repair and Supply Center Quality Assurance personnel. Items
delivered shall be new material. Recondition/used material is not
acceptable. Desired delivery is 120 days after receipt of an order.
Required delivery is 180 days after receipt of an order. The following
Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR
52.211-6 Brand Name or Equal (AUG 1999); FAR 52.212-1 Instructions to
Offerors-Commercial Items (JUN 1999); 52.212-2 Evaluation-Commercial
Items (JAN 1999) The following factors, in descending order of
importance, shall be used to evaluate offers: Technical capability of
the item to meet the Government's requirement, price and past
performance. FAR 52.212-3 Offeror Representations and Certifications
Commercial Items (FEB 2000) Offerors shall include a copy of this
provision with its offer. FAR 52.212-4 Contract Terms and Conditions
Commercial Items (May 1999) with the following addendas:FAR 52.204-6
Data Universal Numbering System (DUNS) Numbe (Jun 1999); FAR 52.211-14
Notice of Priority Rating for National Defense Use (Sep 1990) Any
contract awarded as a result of this solicitation will be a DO-A1 rated
order certified for national defense use under the Defense Priorities
and Allocations System (DPAS) (15 CFR 700), and the Contractor will be
required to follow all of the requirements of this regulation; FAR
52.252-2 Clauses Incorporated by Reference (JUN 1998), the full text of
the clause may be accessed electronically at Internet address
www.deskbook.Osd.Mil; FAR 52.246-2 Inspection of Supplies Fixed Price
(AUG 1996), FAR 52.246-15 Certificate of Conformance (APR 1984) and the
Coast Guard required Airworthiness Certification Requirements. Each
piece of equipment shall be packaged in accordance with best commercial
packaging to enable shipment to destination and transshipment to a
Coast Guard unit without repacking or incurring damage during shipping
and handling. All labeling shall be imprinted with the appropriate
National Stock Number, Part Number, and Purchase Order number. Labeling
data shall be attached to the outside of the shipping container. FAR
52.212-5, Contract Terms and Conditions to Implement Statutes or
Executive Orders Commercial Items (FEB 2000), FAR 52.222-26 Equal
Opportunity (E.O. 11246), FR 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 5.225-3 Buy American
Act North American Free Trade Agreement Israeli Trade Act Balnce of
Payments Program ((41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C.
2112 note); FAR 52.232-34 Payment by Electronic Funds Transfer-Other
than Central contractor Registration (31 U.S.C. 3332) All responsible
sources may submit an offer which will be considered. Offers can be
faxed to (252) 334-5427. Offers must include the following information:
Nomenclature, Part Number, Unit Price, Extended Price, Estimated
Delivery, Payment Terms and discount offered for prompt payment, FOB
Shipping terms including shipping costs if FOB Origin is quoted (FOB
Destination desired), any required quantity variation and must include
the required FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items (FEB 2000), copies can be obtained by
calling the Agency. Sources shall be FAA Certified. The closing date
and time for receipt of offers is 28 July 2000, 4:00 PM Eastern Time.
Facsimile offers are acceptable and may be faxed to (252) 334-5427.
Contact Denise Hall at (252) 335-6143 for questions regarding this
solicitation. ATTENTION: Minority, Women-owned and Disadvantaged
Businesses (DBE's)! 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. Posted 06/16/00
(W-SN465463). (0168) Loren Data Corp. http://www.ld.com (SYN# 0158 20000620\16-0001.SOL)
16 - Aircraft Components and Accessories Index Page
|
|