Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2018 FBO #5892
SOLICITATION NOTICE

59 -- HARRIS CORPORATION VARIOUS ITEMS - JOTFOC-sole source

Notice Date
1/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
70z08518Q30068B00
 
Archive Date
2/6/2018
 
Point of Contact
Lora I. Airth, Phone: 410-762-6639
 
E-Mail Address
Lora.I.Airth@uscg.mil
(Lora.I.Airth@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO Lora.i.Airth@uscg.mil or FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS JANUARY 22, 2018, 1200pm EST. This is an solicitation for 3 assets. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined subpart 12.6, FAC 2005-74 (MAY 2015) and 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. The NAICS code for this solicitation is 811310 small business size $7.0 million. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. This acquisition is _X_ unrestricted __set aside: ___% for: ___ small business The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following: ITEM 1 : 5998-01-619-9551 DESCRIPTION : PRINTED CIRCUIT BOARD MFG : HARRIS CORPORATION PART NUMBER: 792218-01 DESCRIPTIVE DATA: PRINTED CIRCUIT BOARD, NETWORK SWITCH, MFR P/N: 792218-01 EACH ITEM TO BE INDIVIDUALLY MARKED EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL-B-81705E W/AMENDMENT 1 DTD 02/08/10 EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM D-3951-10, SFLC SP PP&M-001 DTD 06/06/11 EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING: MIL-STD-129P W/CHANGE 4, SFLC SP PP&M-001 DTD 06/06/11 END USE: USED ON USCGC 418 WMSL RADIO FREQUENCY DISTRIBUTION SYSTEM (RFDS) PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: SEE DECRIPTIVE DATA ABOVE QTY: _1__ PRICE: $________ UNIT OF ISSUE :______ TOTAL: $__________ COAST GUARD'S REQUESTED DELIVERY DATE : ON or Before 07/11/2018 VENDORS EARLIEST/BEST DELIVERY: _______________ ITEM 2 : 5998-01-621-6396 DESCRIPTION: PRINTED WIRING BOARD MFG: HARRIS CORPORATION PART NUMBER : 792088-04 DESCRIPTIVE DATA: CIRCUIT CARD ASSEMBLY, PRINTED WIRING ASSEMBLY, MFR P/N: 792088-04 EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW MIL_STD_2073E EACH ITEM TO BE INDIVIDUALLY MARKED IAW MIL-STD-129PCH4 MILITARY MARKING FOR SHIPMENT AND STORAGE END USE: USED ON USCG 418 FT WMSL RADIO FREQUENCY DISTRIBUTION SYSTEM PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 Date :4/11/15 INDIVIDUALLY PACKAGED AND LABELED QTY: _1__ PRICE: $________ UNIT OF ISSUE :_______ TOTAL:$ __________ COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 07/11/2018 VENDORS EARLIEST/BEST DELIVERY: _______________ ITEM 3: 5998-01-621-6562 DESCRIPTION : CIRCUIT CARD ASSEMBLY MFG: HARRIS CORPORATION PART NUMBER: 793428-01 DESCRIPTIVE DATA: CIRCUIT CARD ASSEMBLY DIC #2 PRINTED WIRING ASSEMBLY, MFR P/N: 793428-01 EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW MIL_STD_2073E EACH ITEM TO BE INDIVIDUALLY MARKED IAW MIL-STD-129PCH4 MILITARY MARKING FOR SHIPMENT AND STORAGE END USE: USED ON USCG 418 FT WMSL RADIO FREQUENCY DISTRIBUTION SYSTEM PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: MIL-STD-2073E AND MIL-STD-129PCH4 Date: 6/6/11 INDIVIDUALLY PACKAGED AND LABELED QTY: _3__ PRICE: $________ UNIT OF ISSUE :________ TOTAL: $__________ COAST GUARD'S REQUESTED DELIVERY DATE : ON or Before 07/11/2018 VENDORS EARLIEST/BEST DELIVERY: _______________ ALL QUOTES WILL BE CONSIDERED IF RECEIVED NLT 22 JANUARY 2018, 1200PM, EASTERN STANDARD TIME. PAYMENT TERMS ______________ SMALLBUSINESS ___YES ___NO *TIN NO :__________________________________(Must fill in this item at all times) *DUNS NO.: __________________________________ ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD) (www.sam.gov): _______YES ________NO Part covered under GSA Contract _____YES______NO_______(if yes, mark below) CONTRACT NUMBER: ______________________ Note: FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following: * Estimated shipping: $ __________ (MUST BE INCLUDED) *FOB Origin price from (City,State _______________________________________ *SHIP TO : United States Coast Guard SFLC Receiving Room - BLDG 88 2401 Hawkins Point RD Baltimore, MD 21226 NOTE: DRAWINGS, SPECIFICATIONS OR SCHEMATICS MAY BE AVAILABLE FROM THIS AGENCY. PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF HARRIS CORPORATION AND PROVIDE WRITTEN DOCUMENTATION FROM HARRIS CORPORATION SUBSTITUTE PARTS ARE NOT ACCEPTABLE. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Governments belief that only HARRIS CORPORATION, and/ or their authorized distributors can obtain the required technical and engineering data and genuine OEM parts required to successfully provide these items. Concerns having the expertise and require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor and verifying the OEM will supply only genuine OEM parts. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial Items ( JAN 2017 ); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items ( JAN 2017 ). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at https://www.acquisition.gov FAR 52.212-4, Contract Terms and Conditions-Commercial Items ( JAN 2017 ); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items ( JAN 2017 ). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) ( 15 U.S.C. 632(a)(2) ). 52.222-3, Convict Labor (June 2003) (E.O. 11755).; 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015).; 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).; 52.222-35, Equal Opportunity for Veterans (Oct 2015)( 38 U.S.C. 4212 ).; 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) ( 29 U.S.C. 793 ).; 52.222-50, Combating Trafficking in Persons (Mar 2015) ( 22 U.S.C. chapter 78 and E.O. 13627).; 52.225-1, Buy American-Supplies (May 2014) ( 41 U.S.C. chapter 83 ).); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (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-System for Award Management (Jul 2013) ( 31 U.S.C. 3332 ).The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70z08518Q30068B00/listing.html)
 
Record
SN04783793-W 20180110/180108231309-f476c2f16ce32b4a10327dac7b6f57bf (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.