Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24, 2001 PSA #3004
SOLICITATIONS

J -- REPAIR FUEL COMPUTERS AND SYNCHRONIZERS FOR THE USCG HU25 FALCON

Notice Date
December 20, 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
DTCG38-02-Q-100019
Response Due
January 11, 2002
Point of Contact
Denise Hall, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427, Email DHall@arsc.uscg.mil -- Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427, Email LHudson@arsc.uscg.mil
Description
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. Solicitation number DTCG38-02-Q-100019 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. The US Coast Guard Aircraft Repair and Supply Center (AR&SC) intends to award a firm fixed price Requirements Type purchase order using simplified acquisition procedures to the Original Equipment Manufacturer (OEM) Honeywell International Defense and Space on a Sole Source Basis for the Repair and/or Modification in accordance with Original Equipment Manufacturer (OEM) specifications of the following equipment: Repair of FUEL COMPUTER , PN# 2101484-14, NSN: 6610-01-457-1839 Qty. 20 each; Repair and Modification of FUEL COMPUTER, PN#2101484-13 NSN: 2840-01-HR1-6717 Modified to PN# 2101484-14 NSN 6610-01-457-1839, Qty. 4 Each; and Repair of SYNCHRONIZER PN# 2101714-1-1, NSN 6625-01074-5309, Qty 4 Each. Quantities listed are estimates for the period of performance. This is Flight Critical Equipment. The period of performance is from the date of award for a period not to exceed one year. Anticipated award date is 14 Jan 2002. Failure of the Government to furnish any of the line items or quantities described as ?estimated? or ?maximum? will not entitle the contractor to any equitable adjustment in price. This requirement is used in support of the US Coast Guard HU25 Falcon Aircraft. All Items are to be delivered to US Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909. The North American Industry Classification System (NAICS) code is 336412 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 this material. Requests for drawings will be disregarded. FOB Destination offers are desired. FOB Origin offers must include shipping charges to be considered responsive. Inspection and acceptance of material shall be performed by the USGC Aircraft Repair and Supply Center Quality Assurance personnel. Desired delivery is 90 days after receipt of material. Required delivery is 180 days after receipt of material. Packaging and marking: Shall be in accordance with ASTM D 3951-98 approved November 10, 1998. Note each part must be individually packed in a separate box suitable for shipment via land, air or sea to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Each individual container shall have a copy of the packing slip attached indicating the National Stock Number, Part Number, Purchase Order Number, and quantity. Packaging Material shall not consist of popcorn, shredded paper, Styrofoam of any type of peanut packaging. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. All responsible sources may submit an offer which shall be considered by the agency. =20 The following Federal Acquisition Regulation (FAR) provisions and clauses apply: =20 FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000),=20 FAR 52.212-2 Evaluation-Commercial Items (Jan 1999)- award will be made to the Offeror proposing the best value to the Government considering technical acceptability, price,delivery, and past performance., =20 FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2001) to include Alt I (Oct 2000), Alt III (Oct 2000) These certifications must be included with quote., FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (Dec 2001) with the following addendas:=20 FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999); =20 FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990)DO Rated, FAR 52.215-6 Place of Performance (Oct 1997) ?Place of Performance is 11100 N. Oracle Rd., Tucson AZ 85737?.; FAR 52.216-18 Ordering (Oct 1995) Para (a) at any time during the effective period of the contract; FAR 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) Alt IV (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information in the prices at which same or similar items have been repaired in the commercial marketplace that is adequate for evaluating the reasonableness of the price for this acquisition.; FAR 52.216-19 Order Limitations (Oct 1995) Para (a) Item 1 ? 1 Each, Item 2 ? 1 each, Item 3 ? 1 Each; Para (b) Item 1 ? 5 Each, Item 2 ? 2 Each, Item 3 ? 2 Each, (2) Not Applicable, (3) 30 Calendar Days, Para (d) 15 Calendar days; FAR 52.216-21 Requirements (Oct 1995) Para (f) no later than 2 Jan 2004. FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984); FAR 52.246-15 Certificate of Conformance (APR 1984) and the Coast Guard required Airworthiness Certification Requirements.; FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far/; FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders ?Commercial Items (May 2001); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era(38 U.S.C. 4212), =20 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(38U.S.C. 4212), =20 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31U.S.C.3332); FAR 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351 et seq)(May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. Employee Class: Electronics Supervisor $20.92 per hour, Electronics Mechanic $16.18 per hour, Electronics Worker $14.07 per hour; Annual Leave: Two hours per week for service less than three years; three hours per week for service of three years but less than 15 years; and 4 hours per week for service fo 15 years or more. Paid Holidays: Ten per year. Governments contribution to sick leave and to life, accident and health insurance: 5.1 percent of basic hourly rate., Government?s contribution to retirement pay: 7 percent of basic hourly rate (End of Clause). Wage Determination 1994-2025 Rev. 23 is incorporated in this solicitation and any resulting contract and is available upon request by the agency. 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. The Defense and Priorities and Allocations Systems Rating is DO-A1. Quotes may be submitted on company letterhead stationary and 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 for FOB Origin quotes, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2001) of copies can be obtained by calling the Agency. The closing date and time for receipt of offers is 11 Jan 2002, 4:00 PM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (252) 334-5427 or E-mailed to dhall@arsc.uscg.mil. Contact Denise Hall at (252) 335-6143 for questions regarding this solicitation. See Note 12.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGARSC/DTCG38-02-Q-100019/listing .html)
Record
Loren Data Corp. 20011224/JSOL009.HTM (D-354 SN5156M8)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on December 20, 2001 by Loren Data Corp. -- info@ld.com