Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11, 2000 PSA #2744
SOLICITATIONS

16 -- TCAS ANTENNA

Notice Date
December 7, 2000
Contracting Office
Department 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
ZIP Code
27909-5001
Solicitation Number
DTCG38-01-Q-30002
Response Due
December 21, 2000
Point of Contact
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
E-Mail Address
William Creef (WCreef@arsc.uscg.mil)
Description
17. The U. S. Coast Guard Aircraft Repair and Supply Center intends to issue a purchase order to Honeywell for the purchase of the following: Direct Antenna TCAS, NSN 5985-01-3720464, Part Number 071-50001-8102, quantity of 14. Only factory new material is acceptable. 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; proposals are being requested and a written solicitation will not be issued. Solicitation No. DTCG38-Ol-Q-30002, is issued as a Request for Quotations (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-20. This is an unrestricted acquisition. The North American Industry Classification System Code is 336413. The small business size standard is 1000 employees. Drawings or specifications are not available, and cannot be furnished by the Government. Delivery to USCG Aircraft Repair and Supply Center, Elizabeth City, North Carolina 27909 shall be f.o.b. destination only. All items are flight critical and require Certificate of Conformance in accordance with FAR 52.246-15 or FAA Form 8130-3. Acceptance shall be performed by USCG Aircraft Repair and Supply Center Quality Assurance Personnel. Packaging of the items for 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. Labeling data shall be attached to the outside of the shipping container with the Certificate of Conformance or the FAA Form 8130-3. The closing date for the receipt of offers is 21 December, 2000. Facsimile offers are acceptable and may be forwarded via fax number: 252-335-6452. Points of contact are William Creef, Purchasing Agent, 252-335-6640 or Martha Hebrew, Contracting Officer, 252-335-6557, The following FAR Subpart 12 provisions and clauses are incorporated by reference: 52.212-1 Instructions to Offerors -- Commercial Items (Mar 2000); 52.212-3 Offeror Representations and Certifications -- Commercial Items (Feb 2000). The offeror shall submit completed representations and certifications with their offer. Offerors that do not have access to these certifications may request a copy from the point of contact listed above to obtain them. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (June 2000), 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 Woman-Owned Small Business Concerns (October 1999). FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (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-Al. 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 office, contracting officer, and solicitation closing date. See numbered Note 22. 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.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTCG38-01-Q-30002&L=487)
Record
Loren Data Corp. 20001211/16SOL003.HTM (D-342 SN5083L1)

16 - Aircraft Components and Accessories Index  |  Issue Index |
Created on December 7, 1988 by Loren Data Corp. -- info@ld.com