SOLICITATION NOTICE
59 -- Alarm & Announcing System Parts
- Notice Date
- 1/2/2020 12:15:32 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- 70Z02320Q70001H00
- Response Due
- 1/21/2020 9:00:00 AM
- Archive Date
- 02/05/2020
- Point of Contact
- Kurt Woodley
- E-Mail Address
-
kurt.a.woodley@uscg.mil
(kurt.a.woodley@uscg.mil)
- Description
- � This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format outlined in FAR Subpart 12.6 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 70Z02320Q70001H00 applies, and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03 13 December 2019. This procurement is a brand name requirement.� The North American Industry Classification System (NAICS) code is 423610 and the business size standard is 500 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.� 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) @ www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 21 January 2020 at 12:00 p.m. Eastern Standard Time.� Quotes must be emailed to Kurt.A.Woodley@uscg.mil. � ITEM 1) Microphone Control NSN: 5965-01-599-1863 P/N: 90-402-1 or 904021 CAGE: 28199 PRESERVATION, PACKAGING & LABELING REQUIREMENTS: 1.) MIL-STD-20731E METHOD 10.PACKAGING SHALL BE APPROPRIATE TO PART SIZE, WEIGHT, AND MUST WITHSTAND MULTIPLE WORLDWIDE SHIPMENTS IN VARIOUS SHIPPING CONDITIONS/CLIMATES. ITEM SHOULD BE CUSHIONED USING BUBBLE WRAP OR FOAM TO PREVENT DAMAGE DURING SHIPMENT. 1.A) ELECTROSTATIC DISCHARGE (ESD) ITEMS TO COMPLY WITH METHOD 41, PARAGRAPH 3.7, 5.2.4.1 & TABLE J-IA IAW MIL-PRF-81705E IF APPLICABLE TO THIS PART. 2.) INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-129P CH4, REQUIRED ID MARKING EX: 4.1 FIGURE 1, MARKINGS SHALL COMPLY WITH PACK TYPE / MATERIAL AS REFERECNED IN DOCUMENT. Please quote FOB Destination QUANTITY: 02 EACH UNIT PRICE: _______________ TOTAL PRICE: ______________ ITEM 2) Power Supply Assembly NSN: 6130-01-676-3039 P/N: 90-405 CAGE: 28199 PRESERVATION, PACKAGING & LABELING REQUIREMENTS: 1.) MIL-STD-20731E METHOD 10, PACKS SHALL PASS THE APPLICATION INSPECTION REQUIREMENTS OF TABLE G-1 MIL-STD-20731D. PACKAGING SHOULD BE APPROPRIATE TO PART SIZE & WEIGHT, AND MUST WITHSTAND MULTIPLE WORLDWIDE SHIPMENTS IN VARIOUS SHIPPING CONDITIONS / CLIMATES. 1.A) ELECTROSTATIC DISCHARGE (ESD) ITEMS TO COMPLY WITH METHOD 41, PARAGRAPH 3.7, 5.2.4.1 & TABLE J-IA IAW MIL-PRF-81705E IF APPLICABLE TO THIS PART. 2.) INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-129P CH4, REQUIRED ID MARKING EX: 4.1 FIGURE 1, MARKINGS SHALL COMPLY WITH PACK TYPE / MATERIAL AS REFERECNED IN DOCUMENT. Please quote FOB Destination QUANTITY: 01 EACH UNIT PRICE: _______________ TOTAL PRICE: ______________ ITEM 3) Relay Tray Assembly NSN: 5945-01-676-2094 P/N: 90-404 CAGE: 28199 PRESERVATION, PACKAGING & LABELING REQUIREMENTS: 1.) MIL-STD-20731E METHOD 10, PACKS SHALL PASS THE APPLICATION INSPECTION REQUIREMENTS OF TABLE G-1 MIL-STD-20731D. PACKAGING SHOULD BE APPROPRIATE TO PART SIZE & WEIGHT, AND MUST WITHSTAND MULTIPLE WORLDWIDE SHIPMENTS IN VARIOUS SHIPPING CONDITIONS / CLIMATES. 1.A) ELECTROSTATIC DISCHARGE (ESD) ITEMS TO COMPLY WITH METHOD 41, PARAGRAPH 3.7, 5.2.4.1 & TABLE J-IA IAW MIL-PRF-81705E IF APPLICABLE TO THE PART 2.) INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-129P CH4, REQUIRED ID MARKING EX: 4.1 FIGURE 1, MARKINGS SHALL COMPLY WITH PACK TYPE / MATERIAL AS REFERECNED IN DOCUMENT. Please quote FOB Destination QUANTITY: 01 EACH UNIT PRICE: _______________ TOTAL PRICE: ______________ Delivery to be F.O.B. Destination unless otherwise stated. Delivery address is: ����� USCG SFLC ����� 2401 Hawkins Point Road ����� Building 88, Receiving ����� Baltimore, MD 21226-1770 � REQUESTED DELIVERY DATE: 01 NOV 2020 � PROMISED DELIVERY DATE FOR ALL ITEMS:� _____________ � *********ALL OR NONE APPLIES TO THIS RFQ********** Please complete: INDIVIDUAL PACK & MARK _____YES _____NO����� PAYMENT TERMS ________�_____________________ SMALL BUSINESS ___YES __NO � TIN NO: ______________________________________________ � DUNS NO.: __________________________________� (Must fill in this item at all times) ACTIVE IN SYSTEM FOR AWARD MANAGEMENT ***REQUIRED FOR AWARD � SEE�� www.sams.gov :� _______YES ________NO GSA CONTRACT? ___YES __NO���������� CONTRACT NUMBER: ______________________ � � NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS�� ARE AVAILABLE FROM THIS AGENCY. � PACKAGING SPECIFICATIONS: PACKAGING REQUIREMENTS ARE MADATORY TO MEET WAREHOUSE INVENTORY REQUIREMENTS. IMPORTANT! �EACH ITEM SHALL BE INDIVIDUALLY PACKAGED FOR INVENTORY TO MATCH THE COAST GUARD ""UNIT OF ISSUE"". (EXAMPLE: EA, LB, HD) THE MINIMUM PACKAGING METHOD USED IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDED THE PACKAGE MATCHS THE ""UNIT OF ISSUE"". SMALLER ITEMS ONLY: (BOLTS/SCREWS) CAN BE PACKAGED WITH MULTIPLE ITEMS IN ONE PACKAGE/CONTAINER PROVIDING THE MARKING ALSO INCLUDES THE QUANTITY IN THE CONTAINER. EXAMPLE: A PACKAGE BAG OR BOX CAN HAVE 10, 25 OR 50 BOLTS AS LONG AS THAT PACKAGE IS MARKED IAW MARKING REQUIREMENTS BELOW PLUS THE QUANTITY. MARKING REQUIREMENTS: ALL PACKAGES, BOXS, BAGS OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED WITH THE FOLLOWING INFORMATION: ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE AND QUANTITY. IF A SINGLE ITEM CANNOT BE PACKAGED IN ONE CONTAINER, EACH CONTAINER SHALL BE MARKED BOX 1 OF 2, BOX 2 OF 2 ETC. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WITHOUT PRIOR APPROVAL WILL RESULT IN MATERIAL BEING RETURNED AT VENDORS EXPENSE, FOR CORRECTION. � BAR CODING NOT REQUIRED! � LABEL EXAMPLE:���������� ITEM NAME STOCK NUMBER PURCHACE ORDER/CONTRACT NUMBER PART NUMBER UNIT OF ISSUE & QUANTITY. � � Place of Delivery is: USCG SFLC, 2401 Hawkins Point Road, Bldg 88 - Receiving Room, 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 (OCT 2018).������������� ��������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:���������������������������� ������������������������������������������������������������������������������a) company�s complete mailing and remittance addresses,��������������������������������� b) discounts for prompt payment if applicable������������������������������������������� ������c) cage code,����������������������������������������������������������������������������������������������������� d) Dun & Bradstreet number,���������������������������������������������������������������������������� e) Taxpayer ID number.�������������������������������������������������������������������������������� Offerors shall agree to the delivery condition by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.� If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. 52.212-2 Evaluation-Commercial Items (OCT 2014). � Delivery, pricing and relevant past performance are the evaluation factors.� This is a commercial item acquisition.� Award will be made to lowest cost technically acceptable.� All evaluation factors will be considered as delivery is an important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable.� The evaluation and award procedures in FAR 13.106 apply. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.� FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2019).��The following clauses listed in 52.212-5 are incorporated: 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2018)(Pub. L. 109-282)(31 U.S.C. 6101 note). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment (Oct 2015)(31 U.S.C. 6101 note). 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 (Jan 2018) (EO 11755) 52.222-21, Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (Sep 2016)(E.O. 11246) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Traffickng in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-3, Buy American � Free Trade Agreements � Israeli Trade Act (May 2014). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 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 Central Contractor Registration (OCT 2018)(31.S.C. 3332).� 52.233-3 Protest after award (Aug. 1996.) � Defense Priorities and Allocations System (DPAS): N/A � PREPARATION FOR DELIVERY All material shipped to the U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Rd., Baltimore, MD� 21226 on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. **FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN MATERIAL BEING RETURNED, AT VENDORS EXPENSE, FOR CORRECTION** All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1 PM EST. Failure to follow the packaging instructions may result in your company being charged by the USCG to cover the costs of repackaging the items purchased under this order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. **AWARD WILL BE MADE ON AN ALL OR NONE BASIS. THE USCG ASSET PROJECT OFFICE INTENDS TO AWARD A SOLE SOURCE FIRM FIXED PRICE CONTRACT TO L3 TECHNOLOGIES** Questions shall be sent to Kurt Woodley @ Kurt.A.Woodley@uscg.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/de0fd012045e4e6fbd78c1b8b9dbd90d/view)
- Place of Performance
- Address: Baltimore, MD 21226-1770, USA
- Zip Code: 21226-1770
- Country: USA
- Zip Code: 21226-1770
- Record
- SN05526114-F 20200104/200102230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |