Federal Bid

Last Updated on 03 Feb 2011 at 8 PM
Combined Synopsis/Solicitation
Center Kentucky

C130 Duct Assembly

Solicitation ID HSCG38-11-Q-300032
Posted Date 12 Jan 2011 at 8 PM
Archive Date 03 Feb 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Aviation Logistics Center (Alc)(000
Agency Department Of Homeland Security
Location Center Kentucky United states
This is a combined synopsis/solicitation for the procurement of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This requirement will be satisfied using commercial acquisition procedures specified in FAR Parts 12 and 13. This announcement constitutes the only solicitation; firm-fixed-price quotes for the procurement of the following items are being requested and a written solicitation will not be issued. Solicitation number HSCG38-11-Q-300032 is being assigned to this procurement for tracking purposes only and this combined synopsis/solicitation is being issued as a Request for Quotation (RFQ). When soliciting quotes or offers, round-off prices to the nearest whole U.S. dollar value. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-48. The North American Industry Classification System Code is 336413. The small business size standard is 1000 employees. This combined synopsis / solicitation is being issued as a total small business set-aside. Evaluation factors for award will be based on earliest delivery date and lowest price technically acceptable quote. All responsible sources may submit an offer, which will be considered. These items are utilized on the USCG C-130 aircraft. Offers may be submitted on company letterhead stationery indicating the National Stock Numbers, Nomenclatures, Part Numbers and Unit Pricing. Items required: PURCHASE OF C130 DUCT ASSEMBLY, 2 Each, P/N 3311278-57, NSN: 1560-01-396-9944, (Mfg cage code 98897). Certificate of Airworthiness is required. Used, reconditioned, overhauled, or remanufactured material is not acceptable. The Coast Guard does not own, nor can it provide drawings or technical data related to this requirement. Required delivery is 45 days After Receipt of Order. F.o.b Designation is preferred. Early deliveries will be accepted. Items shipped shall be shipped to: USCG Aviation Logistics Center, Attn: Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Early deliveries will be accepted. Packaging, packing, and preservation shall be in accordance with best commercial practices. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Labeling shall include the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Purchase Order and Line Item Number. Labeling data shall be attached to the outside of the shipping containers. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010) with the following addendum: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil. FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2010); (b), (6), (20), (21), (22), (23), (24), (26), (34), (37), (42). FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2010)-An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.247-34, F.o.b. Destination (Nov 1991) FAR 52.211-14, Notice of Priority Rating for National Defense Use, Emergency Preparedness, and Emergency Use Program (Apr 2008) FAR 52.214-34, Submission of Offers in English Language (Apr 1991) FAR 52.214-35, Submission of Offers in U. S. Currency (Apr 1991) Point of contact is William Creef at (252) 335-6640 and Danny Sawyer, at (252) 335-6291. Closing date/time for submission of quotations is January 28, 2011, 3:00 P.M. Eastern time. Submissions may be faxed to (252) 335-6452 or emailed to either [email protected], or [email protected] Submit to USCG C-130H, Aviation Logistics Center, C-130H Heavy Maintenance Hanger, 1060 Consolidated Road, Elizabeth City, NC 27909. All responsible sources may submit an offer, which will be considered. Vendors must have a valid Cage Code and DUNS number and be registered in CCR. Offers may be submitted on company letterhead stationary and must include the following information: Solicitation number, the National Stock Number, Nomenclature, Part Number, Unit Price, and Payment terms. (End of provision)
Bid Protests Not Available

Similar Past Bids

Center Kentucky 22 Jun 2010 at 11 AM
Center Kentucky 03 Jun 2010 at 12 PM
Location Unknown 28 Dec 2010 at 3 PM
Location Unknown 27 Oct 2009 at 10 AM
Location Unknown 03 Dec 2011 at 1 PM

Similar Opportunities

Gwinn Michigan 21 Jul 2025 at 4 PM
Hampton Virginia 14 Jul 2025 at 8 PM
Fort campbell Kentucky 31 Dec 2025 at 5 AM (estimated)