SOLICITATION NOTICE
59 -- ANTENNA ASSEMBLY
- Notice Date
- 5/27/2022 8:23:10 AM
- Notice Type
- Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08522Q30067B00
- Response Due
- 6/10/2022 9:00:00 AM
- Archive Date
- 06/25/2022
- Point of Contact
- GINA BARAN
- E-Mail Address
-
gina.m.baran@uscg.mil
(gina.m.baran@uscg.mil)
- Description
- Description THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO GINA.M.BARAN@USCG.MIL.� THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS JUNE 10, 2022, 12:00 pm EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The NAICS code for this solicitation is 334220 . 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 13.5. This acquisition is _X_ unrestricted _�_ set aside: __100% for: __ small business All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must be registered with the System for Award Management (SAM.gov) and have a valid SAM.gov Unique Entity ID number included in their quote. Substitute part numbers are NOT acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Governments belief that only SOUTHWEST RESEARCH INSTITUTE and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to provide these items. Companies having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day 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 genuine OEM parts. The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. ITEM #1: NSN: 5985 01-691-7685 DESCRIPTION: ANTENNA ASSEMBLY PART NUMBER: 9137-5000-02 MFG NAME: SOUTHWEST RESEARCH INSTITUTE INC DESCRIPTIVE DATA: NIIN: 01-691-7685 PN: 9137-5000-02 ITEM: AS-140 ANTENNA CAGE: 26401 OEM: SWRI QTY PER HULL: 8 ESTIMATED LEAD TIME: 12 MONTHS ARO SPECS: WHITE CG ANTENNA REPLACES AS-141 MODEL PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: PACKAGING SPECS: 1.) MIL-STD-20731E - REFER TO METHOD 10. PACKAGING SHOULD BE APPROPRIATE TO PART SIZE, WEIGHT, AND MUST WITHSTAND MULTIPLE WORLDWIDE SHIPMENTS IN VARIOUS SHIPPING CONDITIONS / CLIMATES. PART MUST BE APPROPRIATELY SECURED, AND CUSHIONED BY FOAM OR BUBBLE WRAP TO PREVENT EXCESSIVE MOVEMENT AND DAMAGE DURING SHIPPING. 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 (**ONLY IF APPLICABLE TO PART**) 2.) INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-129P CH.4, REQUIRED ID MARKING EX: PARAGRAPH 4.1 FIGURE 1 - MARKINGS SHALL COMPLY WITH PACK TYPE / MATERIALS AS REFERENCED IN DOCUMENT. LABELS: IAW MIL-STD-129P W/ CHANGE 4, PARAGRAPH 4.1 IDENTIFICATION MARKINGS; BARCODING IS NOT REQUIRED. (PG.21). 2. A) VISIBLY MARK / LABEL ALL ELECTRONIC EQUIPMENT WITH ""STORE INDOORS ONLY"" WARNING. ITEMS THAT ARE NOT INDIVIDUALLY PACKAGED, AND / OR LABELED WITH THE REQUIRED FORMAT WILL BE RETUREND TO THE VENDOR FOR REPACKAGING. END USE: AN/SSQ-137(V) 1 - SIGNAL EXPLOIT SYSTEM INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO QTY: �8 �UNIT OF ISSUE: EACH PRICE: $____________��� TOTAL: $____________ COAST GUARD�S REQUESTED DELIVERY DATE: ON or before 5/17/2023 VENDORS EARLIEST/BEST DELIVERY: __________ARO (Day / Week / Month) The item(s) is/are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. CREDIT CARD: _____YES_____NO PURCHASE ORDER: _____YES_____NO PAYMENT TERMS: ______________ SMALL BUSINESS: ___YES ___NO VENDOR NAME: ______________________________________________ VENDOR ADDRESS: ______________________________________________ _______________________________________________ VENDOR POC: ____________________________________________________ PH: _________________________________ EMAIL: ___________________________________________________________ ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD) (www.sam.gov): _______YES ________NO SAM.GOV UNIQUE IDENTITY ID:� _______���������__________ TAX IDENTIFICATION NUMBER (TIN):_______________________ 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, if not FOB Destination) (www.sam.gov): _______YES ________NO Part covered under GSA Contract _____YES______NO (if yes, mark below) CONTRACT NUMBER: ______________________ *If FOB Origin pricing (City, State): ______________________________________ *SHIP TO: United States Coast Guard SFLC Receiving Room � BLDG 88 2401 Hawkins Point RD Baltimore, MD 21226 NOTE: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation. �THIS AWARD WILL BE BASED ON PRICE. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The Offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3ab4ca439444415dbcfdbd2f5482d8ab/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN06341452-F 20220529/220527230103 (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 |