Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

59 -- Synchro Signal Conversion System

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-08-Q-40160
 
Response Due
10/9/2007
 
Archive Date
10/24/2007
 
Point of Contact
Stefanie Schmitz, Contract Specialist, Phone 410-762-6445, Fax 410-762-6008, - Kathy Brown, Contract Specialist, Phone 410-762-6604, Fax 410-636-7458
 
E-Mail Address
Stefanie.W.Schmitz@uscg.mil, Kathryn.E.Brown@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number HSCG40-08-Q-40160 applies, and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The North American Industry Classification System (NAICS) code is 334511 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. This is a Small Business Set-Aside. Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. ITEM 0001, ACN 5895 01-LG9-1607, Synchro signal conversion system, 400 HZ, consisting of one (1) complete assemblage of cabinet hardware, power supplies and electronic circuitry necessary to transform specified syncro signals to other forms. Used onboard 270 WMEC Coast Guard Cutters. To be in accordance with specification No.: 901WMEC-426-002, REV B, DTD 25 July 2007. Within this spec, the following will be required as a minimum; List of proposed tests, test equipment and test agenda; detailed test agenda; test report; engineering drawings; instruction books; and list of recommended spare parts. QA inspections prior to delivery date may be required. Quantity 1 EA, DESIRED DELIVERY DATE 11/1/07; CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGING AND MARKING INSTRUCTIONS: PACKAGING LIST: All material shipped or delivered to the U.S. Coast Guard Engineering Logistics Center under purchase order must be accompanied by an itemized packing list that cites the proper contract number and delivery order number. Each packing unit shall have a list of all items contained in that unit and a duplicate list shall be attached to the outside of the package in a waterproof envelope securely attached in a conspicuous place, but so located as to reduce the possibility of loss in shipping and handling. MARKINGS: Each box shall be marked with: Item Name, Stock No., MFG Part No., CAGE, Contract No. and Date in printed black block letters min 1? high. Place of delivery shall be: USCG Engineering Logisitics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. Please quote prices FOB Destination. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006). 52.212-2 Evaluation-Commercial Items-Delivery (Jan 1999), Price, delivery and past performance. Delivery is more important that price or past performance. This is a best value award. Award may be made to other than the lowest price. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included are to be submitted with your offers. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (June 2007). The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (March 2007)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-3, Buy American Act ? Free Trade Agreements ? Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286 and 109-169); 52.225-13,Restrictions on Certain Foreign Purchases (April 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006) The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates; HSAR 3052.242-71 Dissemination of Contract Information (DEC 2003); HSAR 3052.242-72 Contracting Officer?s Technical Representative (DEC 2003), HSAR 3052.247-72 F.O.B. Destination Only (Dec 2003). Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. See numbered note 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. If not registered in ORCA, Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If registered in ORCA, Offeror shall include only part K of provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to award to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The offeror shall submit at least one relevant past performance reference including point of contact, current telephone number and Delivery History. This award will be based on a best value decision. See note 1. QUOTES ARE DUE BY 2:00 PM EST on October 09, 2007. Quotes may be faxed (410) 636-7458 or emailed to Stefanie.W.Schmitz@uscg.mil.
 
Record
SN01419993-W 20070927/070925223254 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.