SOLICITATION NOTICE
59 -- Lampchanger retrofit kit - SOW Lampchanger retrofit kit
- Notice Date
- 1/18/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335932
— Noncurrent-Carrying Wiring Device Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-17-Q-PXW007
- Archive Date
- 4/28/2017
- Point of Contact
- Gary Juenger, Phone: 757-628-4145
- E-Mail Address
-
gary.w.juenger@uscg.mil
(gary.w.juenger@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOW Lampchanger CG 2-P retrofit kit NOTICE 1/18/2017 RFQ Number HSCG84-17-Q-PXW007 This is a combined synopsis/solicitation for Commercial Items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Proposals/Quotes are being requested and written solicitation will NOT be issued. This solicitation #HSCG84-17-Q-PXW007 is issued as a Request for Quotation (RFQ). The incorporated Clauses and Provisions are those in effect through Federal Acquisition Circular 2005-85 and may be obtained electronically at http://www.arnet.gov/far. This RFQ is being solicited as SET-ASIDE SMALL, WOMAN-OWNED, SERVICE-DISABLED VETERAN-OWNED, HUBZONE, SMALL DISADVANTAGED VETERAN-OWNED, etc. The North American Industry Classification System (NAICS) is 335932 and Small Business Size Standard is 1,000.. The USCG Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures for the purchase of the following: 1.) CG-2P Lampchanger Retrofit Kit, assembled according to attached Statement of Work (SOW) Retrofit Kits for CG-2P Lampchangers. Quantity is 150 EA NOTE: A product sample (first article) shall be provided for evaluation and approval before completion of order. Sample for evaluation shall be sent to: U. S. Coast Guard Commandant (CG-43) Attn: Kam Agi USCG Stop 7714 2703 Martin Luther King Jr. Ave, S.E. Washington, DC 20593-7714 Please quote as specified and in accordance with SOW. All items except sample are shipping to: US Coast Guard SFLC 2401 Hawkins Point Road Attn: Scott Sands, Bldg 88A Baltimore, MD 21226 F.O.B. Destination Quotes are desired. Required Delivery of first article is 30 Days after receipt of order. Required delivery for balance of order is 30 days after first article approval. The following Federal Acquisition Regulations (FAR) Provisions and Clauses apply to this RFQ: 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014), 52.212-2, Evaluation - Commercial Items (Oct 2014). The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement, Price, Delivery. \52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2015) (Note: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http:www.acquisition.gov/. A hard copy is no longer required if Offeror/Contractor is SAM Registered. If Offeror/Contractor has NOT completed the annual representations and certifications electronically, the Offeror/Contractor shall complete only paragraphs (c) through (p) of this provision. 52.214-31, Facsimile Bids (Dec 1989). The Government will award a contract resulting from this solicitation and will be the most advantageous to the Government, with price and other factors considered. NO CONSIDERATION WILL BE GIVEN TO QUOTES LACKING THIS, AND ANY OTHER INFORMATION SET FORTH IN THIS SOLICITATION. Federal Acquisition Regulation (FAR) Clauses that applies to this RFQ: 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011) applies as follows: paragraph (b) (4), (8), (19), (25), (26), (27), (28), (29), (30), (31), (32), (33)(i), (40), (41) and (50) End of Clause. PLEASE READ, COMPLETE, AND PROVIDE ALL INFORMATION REQUESTED IN THIS SOLICITATION, PARTICULARLY FAR PROVISIONS(S) 52.212-1 and 52.212-3. Offerors have up to 20 days after publication of this notice to express their interest. The closing date and time for receipt of offers is February 7, 2017, 11:00 AM Eastern Standard Time (EST). Facsimile or Email quotes are acceptable and may be emailed to: Gary.W.Juenger@uscg.mil or Faxed to (757) 628-4231.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-17-Q-PXW007/listing.html)
- Place of Performance
- Address: US Coast Guard SFLC, 2401 Hawkins Point Road, Attn: Scott Sands, Bldg 88A, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN04374855-W 20170120/170118235018-56f22c4e306b8aae897a714dd7671d53 (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 |