Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,2000 PSA#2661

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

16 -- 16 -- AIRCRAFT COMPONENTS AND ACCESSORIES SOL DTCG38-00-Q-100081 DUE 081400 POC Linda Hutzler, HU25 Contract Specialist, Phone 252-335-5212, Fax 252-334-5427, Email LHutzler@arsc.uscg.mil -- Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427, Email LHudson@arsc.uscg.mil WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG38-00-Q-100081&LocID=487. E-MAIL: Linda Hutzler, LHutzler@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 announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation (DTCG38-00-Q-100081) incorporates provisions and clauses in effect through Federal Acquisition Circular 97-18. The Standard Industrial Classification Code is 3728. The small business size standard is 1,000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract. The award will be in accordance with FAR 6.302-1. The USCG intends to negotiate and award to Dassault Falcon Jet Corporation or an authorized OEM distributor for the purchase of : Clin 1, NSN-5365-14-503-5759, P/N-CST2BC060Z, Cone, Tapped, 50 each; Clin 2, NSN 1560-14041104154, P/N 553-0321-233, Edge Liner, 3 each, Clin 3, P/N MY20293-3002, End Fitting, (Delivery to be Miami, FL), 2 each, Clin 4, P/N My20293-3003, End Fitting, (Delivery to be Miami, FL), 2 each, Clin 5, NSN 5365-01-HS1-0624, P/N 890100-09, Retainer, 60 each, Clin 6, NSN 1680-14-458-9693, P/N MY20295-4003-2, Handle, Door, 2 each, Clin 7, NSN 5930-14-369-4759, P/N 16-455, Switch, Push, 40 each, Clin 8, NSN 6350-14-378-7149, P/N B200, Pylon Fire Det L/R,, 30 each, Clin 9, NSN 1650-01-083-9443, P/N 671032, Filter, 4 each, Clin 10, NSN 5330-14-202-4990, P/N 88022-12-4, Gasket, 10 each, Clin 11, NSN 3110-14-249-8887, P/N KN17G354, Bearing, Ball, Airfra, 6 each, Clin 12, NSN 4730-14-372-7149, P/N MY20205-2002, Nut, Tube Coupling, 10 each, Clin 13, NSN 4820-14-372-8045, P/N L84A13-603, FD TK Pres CK VLV, 8 each, Clin 14, NSN 5905-14-305-4219, P/N RT25L213157AS100UK, Resistor, Variable, 2 each, Clin 15, NSN 6350-14-336-1349, P/N B332M, Detector, Fire, 50 each, Clin 16, NSN 3110-14-349-9740, P/N KN8F, Bearing, Roller, Arif, 50 each, Clin 17, NSN 5925-14-374-1434, P/N 2103B10, Circuit Breaker, 10 each, Clin 18, NSN 6620-14-383-1893, P/N MY2051515510G02, Support Transpress, 12 each, Clin 19, NSN 3110-14-384-9773, P/N RNA18014DER160, Bearing, Roller Trac, 50 each, Clin 20, NSN 9330-14-391-4458, P/N 20381-523, Plastic Strip, 2 each, Clin 21, NSN 5340-14-514-9737, P/N 51369205006, Clamp Loop, 100 each, Clin 22, NSN 4720-14-402-7797, P/N MY20721-416-12, Hose, Nonmetallic, 8 each, Clin 23, NSN 5995-14-406-9303, P/N 75-20-2BB270, Lead Electrical, 20 each, Clin 24, NSN 4730-14-429-2402, P/N MIN0XR047067, Clamp, Hose, 100 each, Clin 25, NSN 3110-14-489-6970, P/N WK8FESP1, Bearing, Roller, airf, 25 each, Clin 26, NSN 5995-14-406_9303, P/N 75-20-2BB270, Lead Electrical, 20 each, Clin 27, NSN 4730-14-485-8547, P/N M20H5530170-11, Flange, 2 each, Clin 28, NSN 5310-14-484-7634, P/N MY20231-26934, Washer, 20 each, Clin 29, NSN 1560-01-HS1-3992, P/N MY20293-30, Link Rod, Assy, 2 each Clin 30, NSN 1650-14-435-0149, P/N 5042-000, Cylinder, Assy, 12 each, Clin 31, NSN 6610-14-370-9278, P/N 1936ZB, Transmitter, Position, 10 each, Clin 32, NSN 4720-01-HS1-4241, P/N MY20735-105, Tube, 2 each, Clin 33, canceled, Clin 34, NSN 5340-14-297-1324, P/N MY20231-4406, Cover, Access, 50 each, Clin 35, NSN 1560-14-514-5052, P/N MY20264-20860-1, Roller, Assy Suppor, 4 each, Clin 36, canceled Clin 37, NSN 1560-14-489-2977, P/N MY20264-10-5, Windshield Panel Al, 10 each, Clin 38, NSN 5306-14-338-1911, P/N 39445BE100035M, Pin, 30 each, Clin 39, NSN 1680-14-425-1521, P/N CG2079450, Actuator Control, 15 each, Clin 40, NSN 5305-14-512-7741, P/N 22258BE052009ME, Screw, 30 each, Clin 41, NSN 1560-14-452-5323, P/N MY20254-12-1, Channel, Drag Chute, 3 each, Clin 42, NSN 4010-14-425-8128, P/N MY20770-75820, Wire, 1 each, Clin 43, NSN 1560-14-411-4307, P/N MY20137-3096-15, Brush, 10 each, Clin 44, NSN 5306-14-411-4071, P/N 33411BE060021LE, Pin, 100 each, Clin 45, NSN 5306-14-403-7036, P/N 33411BE080023LE, Pin, Threaded Headed, 70 each, Clin 46, NSN 1560-14-392-5967, P/N MY20331-75, Pin Assy, 4 each, Clin 47, NSN 5365-14-389-8788, P/N 23119CH 060, Spacer Sleever, 30 each, Clin 48, NSN 5310-14-350-0815, P/N CR4155B, Nut, Self-Locking, 100 each, Clin 49, NSN 5306-14-335-4938, P/N 39445-80-31BEM, Bolt, 50 each, Clin 50, NSN 1560-14-477-2093, P/N MY20147-3112-15, Brush, 3 each, Clin 51, canceled Clin 52, NSN 1560-14-410-0111, P/N 1695, Insulation Blanket, 5 each, Clin 53, NSN 1560-14-405-6131, P/N 1701, Isolation, Upper, Surf, 4 each, Clin 54, NSN 5310-14-222-0037, P/N 6RS12-109M25, Nut, Self-Lock Gang, 10 each, Clin 55, NSN 9390-14-370-1744, P/N MY20810-080-16, Bellows, Protection, 10 each, Clin 56, NSN 5365-14-316-1897, P/N 23118BC050LE, Washer, 500 each, Clin 57, NSN 5310-14-317-9736, P/N 22453BC100LE, Nut, 6 each, Clin 58, NSN 5305-14-389-8785, P/N 22201TK060025XA, Bolt, Close Tolerance, 75 each, Clin 59, NSN 5305-14-389-8787, P/N 22291BC020005LT, Screw, 25 each, Clin 60, NSN 1560-14-370-1621, P/N MY20295-07821, Cord, Asembly, Elast, 2 each, Clin 61, NSN 1560-14-411-4303, P/N MY20137-1091015, Brush, 10 each, Clin 62, NSN 1560-14-392-5965, P/N MY20311050A3, Pin Assy, 10 each, Clin 63, NSN 5330-14-411-4188, P/N SCHD560100029, Seal, Nonmetallic, 10 each, Clin 64, NSN 5330-14-411-4190, P/N 553-0322-511, Seal NonMetallic, 10 each, Clin 65, NSN 5340-14-372-7291, P/N 21-75-00-23-3, Bellows, Protection, 30 each, Clin 66, NSN 1680-14-374-1449, P/N 4160825, Drive, 2 each, Clin 67, NSN 5305-14-369-3505, P/N 3939-60-15BEM, Screw, Close Tolerance, 500 each, Clin 68, NSN 5305-14-369-3506, P/N 3939-60-16BEM, Screw, Close Tolerance, 540 each, Clin 69, NSN 5305-14-369-3507, P/N 3939-60-17BEM, Screw, Close Tolerance, 4250 each, Clin 70, NSN 5305-14-369-3508, P/N 3939-60X18BEM, Screw, Close Tolerance, 60 each, Clin 71, NSN 5305-14-369-3509, P/N 3939BE060019M, Screw, Close Tolerance, 340 each, Clin 72, NSN 5305-14-369-3513, P/N 3939-60X26BEM, Screw, Close Tolerance, 80 each, Clin 73, NSN 5305-14-369-3515, P/N 3939-60X28BEM, Screw, Close Tolerance, 115 each, Clin 74, NSN 5306-14-369-3484, P/N 22139BE080024M, Bolt, Close Tolerance, 20 each, Clin 75, NSN 6605-14-437-9716, P/N 621396-122, Compass, Magnetic, Mo, 5 each Pricing shall reflect any quantity discount. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001, or as indicated on individual line items. F.O.B. Point shall be F.O.B. Destination. Desired delivery date is 30 days after contract award; required delivery date is 60 days after contract award. Packaging and marking: shall be in accordance with ASTM D 3951-98 approved Nov 10, 1998. Packaging instructions shall be: Clins 5, 6, 41 through 50, 53 through 62, 64 through 73, and 74. Bulk packaging of material is acceptable as long as the packaging is sufficient to prevent damage during shipment, handling and storage. ARSC is a supply depot, therefore material will be stored and transshipped to various users.The container must be sufficient to prevent during shipment, handling and storage. Preservation must offer protection from corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees fahrenheit and high humidity for a period of one year. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, quantity, nomenclature and contract number. Clins 1, 2, 3, 4, 7 through 27, 28 through 40, 52, 63 Each part must be individually packed in a separate box; carton or crate, or sealed envelope. ARSC is a supply depot, therefore material will be stored and transshipped to various users. The shipping containers must be suitable for shipment via land, air, or sea. The internal packing material must be sufficient to prevent damage during shipment, handling and storage. Preservation must offer protection from corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees fahrenheit and high humidity for a period of one year. Each package shall be individually labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, Line Item Number. 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 container, For Clins 9, 13, 15, 16, 27, 30, 32, 38, 42, 44, 45, 46, 54, 58, 62, 71, 74. These items are deemed flight critical in USCG missions. Inspection shall be performed by Certificate of Conformance (COC) and acceptance shall be performed by ARSC Quality Assurance Personnel. Clins 1-8, 12, 14, 17-26, 28-29, 31, 34-37, 41, 43, 47-50, 52,53, 55-57, 59-61, 63-70, 72-75. Inspection shall be performed by Certificate of Conformance (COC) and acceptance of material shall be performed by ARSC Receiving at destination. Items delivered under this contract shall be new material. Reconditioned/Used Material is not acceptable. All Inspection and acceptance to ensure items are in accordance with manufacturer specifications. These parts are for use on the HU-25 Falcon aircraft. All responsible sources may submit an offer which will be considered. Offerors shall be able to provide necessary certification to ensure parts are in airworthy condition, suitable for installation on U.S. Coast Guard aircraft. Sources shall be certified by the FAA or the OEM..Anticipated award date is no later than 30 Sep 00. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Mar 2000); FAR 52.212-2, Evaluation- Commercial Items (Jan 1999), The following factors shall be used to evaluate offerors_ capabilities of item offered to meet Government_s requirement, price and delivery, past performance. FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (Feb 2000) and Alt I (Oct 1998) and Alt III (Jan 1999), these certifications must be included with quotation, copies may be obtained by contacting the agency; FAR 52.212-4, Contract Terms and Conditions, Commercial Items (May 1999); ADDENDUM- FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.215-20, Alternate IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), full text may be accessed electronically at this internet address: http://www.deskbook.osd.mil. End of Clause FAR 52.246-2, Inspection of Supplies _ Fixed Price (Aug 1996); FAR 52.246-15, Certificate of Conformance (Apr 1984); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jul 2000); FAR 52.203-6, Restrictions on Subcontractor sales to the Government, (Jul 1995) with Alternate I (Oct 1995) (41 U.S.C. 253(g) and 10 U.S.C. 2402); FAR 52.219-8, Utilization of Small Business Concerns (Oct 1999) (15 U.S.C. 637 (d)(2) and (3); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (E.O. 11246) (Feb 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (Jan 1999); FAR 52.225-13, Restriction on Certain Foreign Purchases, (E>O. 12722, 13059, 13067, 13121, and 13129),(Jul 2000) FAR 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration (31 U.S.C. 3332) (May 1999); 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, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.***** FAR 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990); Closing date and time for receipt of offers is 14 Aug 00, 4:00 pm, Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via fax to 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price; FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date. Contact Linda D. Hutzler for questions regarding this solicitation at 252-334-5212***** Posted 08/08/00 (D-SN483731). (0221)

Loren Data Corp. http://www.ld.com (SYN# 0177 20000810\16-0004.SOL)

16 - Aircraft Components and Accessories Index  |  Issue Index |


Created on August 8, 2000 by Loren Data Corp. -- info@ld.com