United States - Wave Guide Sections

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 May 2019
Opportunity publication date
15 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 14, 2019 3:44 pm

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13 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. Solicitation number 70Z03819QJ0000179 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective 06 May 2019.

The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency.
It is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis as a result of this synopsis/solicitation for the following parts:
Item Name: Waveguide, SEC 1
Part Number: 1020M60T100-10-01
National Stock Number: 5985-01-HS2-6128
Quantity: 05 EA
Manufacturer Cage Code: 25531
Required Delivery: 25-Sept-2019
Item Name: Waveguide, SEC 3
Part Number: 1020M60T100-10-03
National Stock Number: 5985-01-HS2-6126
Quantity: 03 EA
Manufacturer Cage Code: 25531
Required Delivery: 25-Aug-2019
At the time of award, the USCG intends to place an order for the purchase of five (05) item(s) of the first part listed above. IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require fifty (50) additional items for a maximum quantity of fifty five (55). The USCG intends to place and order for the purchase of three (03) item(s) of the second part listed above. The USCG may require fifty (50) additional items for a maximum quantity of fifty three (53). The same price as the original order, for both items, for up to three hundred and sixty-five (365) days after the initial award date.
***Please note that if the USCG chooses to exercise any optional quantity modifications, such modifications will be issued unilaterally to the contractor.
All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), (Cage Code 25531). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation.
Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government shall ensure all procurements are awarded without jeopardizing quality or safety of flight. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Newly manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or a certificate of conformance and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures. Alternate Parts will be authorized if they are an approved alternate under the North Atlantic Treaty Organization (NATO) catalog system, which improves interoperability between NATO and commercial cataloging systems. Alternate parts must satisfy all form, fit, and function requirements of the original parts and conform to the approved configuration of the United States Coast Guard (USCG) aircraft.
The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor.
All parts shall be NEW approved parts.
Consistent with FAR Provision 52.212-1(h), the Government reserves the right to make more than one award (multiple awards) for different line items, if, after considering the additional administrative cost to the Government of awarding and administering separate purchase orders, it is determined that the multiple awards will result in the best value to the Government. For purposes of evaluating the cost of making multiple awards, it is assumed that the administrative cost of awarding and administering a purchase order is $500.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
SEE ATTACHMENT 1 - "TERMS AND CONDITIONS - 70Z03819QJ0000179 FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUTION CRITERIA.
SEE ATTACHMENT 2 - "REDACTED J & A" - 70Z03819QJ0000179
Closing date and time for receipt of offers is 5/21/2019 at 3:00 pm Eastern Time. Anticipated award date is on or about 5/24/2019. E-mail quotations are preferred and may be sent to Amy.N.Donahue@uscg.mil. Please indicate 70Z03819QJ0000179 in subject line. Quotations may also be mailed to the following address:
USCG ALC
1664 Weeksville Road
MRR Product Line Hangar 79, 70Z03819QJ0000179
Attn: Amy Donahue
Elizabeth City, NC 27909

NOTICE FOR FILING AGENCY PROTESTS
United States Coast Guard Ombudsman Program
It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO).
Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest.
Informal Forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. This can be accomplished through informal discussion between the interested party and the Contracting Officer. During the course of such discussions Contracting Officers shall ensure that the Chief of the Contracting Office (COCO) remains informed of all issues and developments as they occur. If the Contracting Officer is unable to satisfy the concerns of the interested party, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protest through the Ombudsman Hotline at (202) 372-3695. Under this informal process, the agency is not required to suspend contract award or performance. Use of an informal forum does not suspend any time requirements for filing an agency protest or protest with another forum.
Interested parties should provide the following information to the Ombudsman in order to ensure a timely response: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).
Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for reasons of unusual and compelling urgency or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program shall be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer.
The Ombudsman Hotline telephone number is 202.372.3695.

Opportunity closing date
21 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Homeland Security Commanding Officer, USCG Aviation Logistics Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?