Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9, 2001 PSA #2911
SOLICITATIONS

16 -- SUPPORT EQUIPMENT FOR HH65 AIRCRAFT

Notice Date
August 7, 2001
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-5006
Response Due
August 24, 2001
Point of Contact
Beatrice Jones, C130 Contract Specialist, Phone 252-335-6180, Fax 252-335-6452, Email NJones@arsc.uscg.mil -- Martha Hebrew, C130 Contracting Officer, Phone 252-335-6557, Fax 252-335-6452, Email MHebrew@arsc.uscg.mil
Description
PART: U. S. GOVERNMENT PROCUREMENTS SUBPART: PART: U. S. GOVERNMENT PROCUREMENTS SUBPART: Supplies CLASSCOD: 16- -- Aircraft components & accessories OFFADD: Contracting, Section USCG Engineering Industrial Support Division,=20 Elizabeth City, NC 27909-5001 SUBJECT: 16 -- - Support Equipment for HH65 Aircraft=20 SOL: DTCG38-01-Q-500006 DUE: August 24, 2001 POC: N. Beatrice Jones, Contract Specialist, 252-335-6180 or Martha Hebrew, Contracting Officer, 252-335-6557 16 -- The U. S. Coast Guard intends to negotiate and award the following support equipment for the HH65 Aircraft on a limited basis; either to the Manufacturer, Eurocopter or its authorized distributors. Parts and Parts numbers needed are as follows: Static Port Stopper, P/N 703A92-0205-04, NSN 1730-14-344-1262, 64 ea; Total Blanking Cap, P/N 703A92-0201-00, NSN 1730-14-370-8894, 32 ea; Jacking Pad, F. L. G., P/N 365A91-4240-00, NSN 1730-14-371-5516, 5 ea; Retraction Tool, M, P/N 365A92-4140-01, NSN 1730-14-391-8120, 10 ea; Resting EXTE Strip, P/N 365A91-4246-00, NSN 1730-14-392-0023, 10 ea; M. R. B. Socks Assembly, P/N 365A92-1160-01, NSN 1730-14-397-0769 10 ea; Climatization Blank, P/N 366A92-7202-00, NSN 1730-14-449-2087, 20 ea; Intake Blank, P/N 366A92-7201-00, NSN 1730-14-449-2088, 24 ea; Spanner WRE Adapter, P/N 366-TL-004-01, NSN 5120-01-234-6463, 16 ea; MLG Pin Fitting Tool. P/N 365A93-4145-00, NSN 5120-14-369-1871, 8 ea; MLG Pin Extractor T, P/N 365A93-4146-00, NSN 5120-14-369-1876, 6 ea; M.G.B./T.R. Wrench, P/N 360A93-3208-00, NSN 5120-14-385-3105, 8 ea. 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; request for quotes are being requested and a written solicitation will not be issued. Solicitation No. DTCG38-01-Q-500006 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-26. This is an unrestricted acquisition. The North American Industry Classification System Code is 336413. Delivery to USCG Aircraft Repair and Supply Center, Elizabeth City, North Carolina 27909 shall be F.O.B. destination only with delivery to commence fifteen (45-60) days after receipt of order (ARO). USCG Aircraft Repair and Supply Center Quality Assurance Personnel shall perform acceptance. 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. =20 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. The closing date for the receipt of offers is August 24, 2001. Facsimile offers are acceptable and may be forwarded via FAX number: 252-335-6849. Points of contact are N. Beatrice Jones, Contract Specialist, 252-335-6180 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 (May 2001). 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. Also incorporated by reference are FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders -- Commercial Items (May 2001), 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 2000), FAR 52.222-35 Affirmative Action For Disabled Veterans of the Vietnam Era (Apr 1998), FAR 52-225-3 Buy American Act -- North American -- Israeli Trade Act -- Balance of Payments Program (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 (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 (Jun 1997), FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000), FAR 52.211-15 Defense Priority and Allocation Requirement (Sep 1990), FAR 52.219-6 Notice of Small Business Set-Aside (Jul 1996), FAR 52.243-1, Changes -- Fixed Price (Aug 1987), 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 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=20 response: solicitation number, 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 $500,000.00 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://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-01-Q-5006/listing.h tml)
Record
Loren Data Corp. 20010809/16SOL001.HTM (D-219 SN50U2P1)

16 - Aircraft Components and Accessories Index  |  Issue Index |
Created on August 7, 2001 by Loren Data Corp. -- info@ld.com