|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,2000 PSA#2629Department of Transportation, United States Coast Guard (USCG),
Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65,
H60J, C130 or Support Procurement, Building 79, 75, 79, 78, or 63,
Elizabeth City, NC, 27909-5001 16 -- PROCUREMENT OF ROLLER BEARINGS SOL DTCG38-00-Q-30022 DUE 071800
POC William Creef, C130 Supply Technician, Phone 252-335-6432, Fax
252-335-6452, Email WCreef@arsc.uscg.mil -- Martha Hebrew, C130
Contracting Officer, Phone 252-335-6557, Fax 252-335-6452, Email
MHebrew@arsc.uscg.mil WEB: Visit this URL for the latest information
about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG38-00-Q-3
0022&LocID=487. E-MAIL: William Creef, WCreef@arsc.uscg.mil. 17. 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 requirement will
be satisfied using commercial acquisition procedures specified in FAR
Part 12. This announcement constitutes the only solicitation; a written
solicitation will not be issued. Solicitation number DTCG38-00-Q-30022
is being assigned to this procurement for tracking purposes only. The
incorporated clauses and provisions are those in effect through
Federal Acquisition Circular 97-17. This requirement is considered a
small business set-aside; the Standard Industrial Classification Code
is 3728 and the size standard is 1000 employees. This
synopsis/solicitation is issued for the acquisition of Roller Bearings,
NSN 3110-00-065-8164, P/N 6854949 or NSN 3110-01-399-3938, P/N 23058593
for a total quantity of 10. Items shipped shall be shipped to: USCG
Aircraft Repair and Supply Center, Attn: Receiving Section, Bldg. 63,
Elizabeth City, NC 27909-5001. Delivery is desired by 31 August, 2000.
Overhauled items are acceptable if each item has FAA Certification
tags within 6 months of the date of delivery. These items are Flight
Critical and inspection shall be performed via Certificate of
Conformance in accordance with FAR 52.246-15 or FAA Certification
8130-3. Acceptance shall be performed at destination by USCG ARSC
Quality Assurance Personnel. Fob point shall be destination. Copies of
packing slips 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 NSN, Part Number, Serial Number, Quantity,
Nomenclature, Purchase Order Number, and Line Item. Only Bar Coding of
the NSN 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 closing date for receipt of offers is 18 July,
2000, 3:00 pm, EST. Facsimile offers are acceptable and may be
forwarded via fax number 252-335-6452. The evaluation factor for award
of this requirement will be based on lowest price obtained from a
responsible offeror. Offeror's are instructed to include a completed
copy of FAR provision 52.212-3, Offeror Representations and
Certifications-Commercial Items (Feb 2000) with their offers. Offerors
that do not have access to these certifications may request a copy
from the point of contact referenced 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 (Mar 2000); FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items (Jun 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, Small Disadvantaged and
Women-Owned Small Business Concerns (Oct 1999); FAR 52.222-36, Equal
Opportunity (Jun 1998); 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 52.225-3, Buy American Act-Supplies (Feb
2000); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.203-3
Gratuities (Apr 1984); FAR 52.203-8, Cancellation, Recission, and
Recovery of Funds for Illegal or Improper Activity; 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 (Jun 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 52.219-6, Notice of Small
Business Set-Aside (Jul 1996); 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, FOB 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 andtime 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 office, contracting officer, and solicitation
closing date. ATTENTION: Minority, Women-Owned and Disadvantaged
Business Enterprises(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, call (800)
532-1169. Internet address: http://osdbuweb.dot.gov. Posted 06/22/00
(D-SN467575). (0174) Loren Data Corp. http://www.ld.com (SYN# 0208 20000626\16-0006.SOL)
16 - Aircraft Components and Accessories Index Page
|
|