Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z03819QW0000054
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and 13.5, as supplemented with additional info...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quote (RFQ) 70Z03819QW0000054 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-100. This requirement is a limited sources procurement. All responsible sources may submit a quotation which shall be considered by the agency. The applicable North American Industry Classification Standard (NAICS) Code is 336413. The small business size standard is 1,250 employees. This requirement consists of the following spare part utilized on the HC-27J USCG aircraft: 1. NSN: 2840-01-444-2017, P/N: 4501970, Nomenclature: NOZZLE, MAIN FUEL, QTY: 7 EACH,MFGCD: 70ZTJ5 Offerors should include the following: 1. NSN 2. Part number 3. Nomenclature 4. Unit Price 5. Extended Price 6. Discounts (prices shall include quantity discounts, if applicable) 7. Delivery Time 8. Warranty (if applicable) 9. FOB Point 10. Cage Code 11. Business Size 12. Minority Classification (if applicable) The closing date is March 08, 2019 at 4:00 pm ET. Anticipated award date is March 11, 2019, however this is an estimate and not an exact date. The United States Coast Guard (USCG) anticipates award of a Firm-Fixed Price Purchase Order to a distributor that can provide documented traceability for the components. Award will be made to the offeror quoting the lowest price technically acceptable to the USCG. All responsible sources may submit a quote which shall be considered by the USCG. Only new items are acceptable. Reconditioned or used items are not acceptable. Drawings or specifications are not available and cannot be furnished by the Government. Vendor must be ASA-100 certified, or in compliance with other quality systems listed in FAA Advisory Circular AC 00-56A. Items must be traceable by FAA 8130-3, EASA-1 form, or Certificate of Conformance (COC) from a Production Approval Holder (PAH) for that part. COC traceable only to retail vendor is not acceptable. COC must be submitted in the format specified in FAR clause 52.246-15. Prospective vendors who are not the OEM must provide traceability for the materials. Traceability means a clear, complete, documented, auditable paper trail which traces each step from an OEM or distributor to its current location. Requested delivery schedule is 45 days after receipt of order. Partial and early deliveries are acceptable if at no additional cost to the USCG. All requests for delivery schedule extension shall be in writing and shall include substantiation of the need for such extension in accordance with FAR 52.212-4 (f), Excusable delays. If nonperformance is not covered by an excusable delay, the Contractor and the Contracting Officer shall negotiate consideration for the approval of the extended delivery date at which time a modification will be issued to reflect the consideration and extension. F.O.B. Destination is requested as the F.O.B. point for Deliverables. Quotes submitted offering F.O.B. Origin should include estimated shipping charges to the USCG. Packaging, Marking and Preservation The offeror shall comply with ASTM D3951-10, Standard Practice for Commercial Packaging. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to USCG units without repackaging or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage. Packing Slip At the time of delivery of supplies, the offeror shall furnish the Government a completed packing slip. Labeling shall include the National Stock Number, Part Number, Serial Number, Nomenclature, Quantity, Contract Line Item Number, and Contract Number. Labeling data shall be attached to the outside of the shipping container. Bar coding is not required. FAA 8130-3, EASA-1 form or COC shall be attached to or included with the part and a copy placed on the outside of the shipping container. Shipping Instructions Items shall be shipped to the following address: USCG Aviation Logistics Center Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001 Mark For: Purchase Order No. ____________________________ (To be assigned at time of award) Primary Point of Contact: Lisa A, Daum, Contract Specialist lisa.a.daum@uscg.mil Phone: (252) 334-5410 Secondary Point of Contact: Elizabeth McCrodden, Contract Specialist Elizabeth.E.McCrodden@uscg.mil Phone: 252-335-6796