Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2012 FBO #3770
SOLICITATION NOTICE

52 -- GNSS Receiver - STATEMENT OF WORK

Notice Date
3/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-12-Q-PMJ094
 
Archive Date
4/7/2012
 
Point of Contact
Mary E. Price, Phone: 2023724068
 
E-Mail Address
mary.e.price@uscg.mil
(mary.e.price@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK 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; proposals are being requested and a written solicitation will not be issued. HSCGG8-12-Q- PMJ094 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-56. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 334220 The small business size standard is 500 employees. The FOB Destination delivery is to: COMMANDANT (CG-4) 2100 2ND STREET SW, WASHINGTON, DC 20593 on or before March 31, 2012. Offers are due at USCG BASE NCR, by the Close of Business on March 23, 2012. Questions may be directed to MARY LUDLOW OR TAMARA MEDLINE, MARY.E.LUDLOW@USCG.MIL OR TAMARA.N.MEDLIN@USCG.MIL. Unit POC for technical questions or to arrange a site visit: DENNIS.C.STRAHL@USCG.MIL, 202-475-5621 The USCG BASE NCR has a requirement to purchase: GNSS RECEIVER IN ACCORDANCE WITH THE ATTACHED BRAND-NAME OR EQUAL TO STATEMENT OF WORK. Company's quotes MUST include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (Feb 2012), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF-1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2012) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Mar 2012). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities(Oct 2010) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007) 52.223.18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129) 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG8-12-Q-PMJ094/listing.html)
 
Place of Performance
Address: 2100 2nd Street SW, Washington, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN02700407-W 20120321/120319235934-a306dd344313dac57dbc089ec657a583 (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.