SOLICITATION NOTICE
58 -- Motorola Equipment
- Notice Date
- 5/8/2024 9:51:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z04024Q5BL008
- Response Due
- 5/13/2024 10:00:00 AM
- Archive Date
- 05/28/2024
- Point of Contact
- Cynthia Matthews, Phone: 571-607-2462, MICHAEL G. FITZER, Phone: 410-762-6325
- E-Mail Address
-
cynthia.a.matthews@uscg.mil, MICHAEL.G.FITZER@USCG.MIL
(cynthia.a.matthews@uscg.mil, MICHAEL.G.FITZER@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following parts: Item 1) �5965-01-572-2794 Microphone, Dynamic Water Resistant Palm Microphone Used With XTL-5000 Systems, That utilize the 05 Control Head, Alternate P/N: 1089B MFG Name: Motorola INC USCG Mark Div Markings; IAW MIL-STD-2073-1E, MIL-STD-129R, ISO/IEC-16388-2007 INDIVIDUALLY PACKAGE AND BAR CODE Quantity: �150 �EA $_______ ITEM 2) 5965-01-532-9530 Loudspeaker, Standard The HSN4038A is an external loudspeaker for use with the XTL 5000 and MICOM 3T. Excluding Mounting Bracket, the speaker cabinet is 5.5� x 5.5� x 2.5�. Weight is 1.5 lb. MFG Name: Motorola INC USCG Mark Div Packaging; Each unit to be individually packaged IAW ASTM D.3951-98 (R 2004) Markings: Each unit to be individually marked IAW MIL-STD-129P Quantity: 200 EA $_______ ITEM 3) 5995-01-573-1330 Control Head Power Cable for XTL-5000 Alternate P/N HKN6188B MFG Name: Motorola INC USCG Mark Div SP-PP&M Packaging: Individually packaged and Bar Coded 50 EA $_______ Item 4) 5995-01-512-5155 Cable Assembly, special purpose MFG Name: Motorola INC USCG Mark Div SP-PP&M-001 Pack and Mark Individually 65 EA $_______ CUSHIONING MATERIALS, DUNNAGE, BLOCKING AND BRACING SHAL BE APPLIED AS REQUIRED TO PROTECT THE ITEMS AND THE ENCLOSED MEDIA AND RESTRICT THE MOVEMENT OF THE ITEM WITHIN THE CONTAINER. Delivery Schedule - Delivery is required by 6/10/2024.� Please provide your proposed delivery________ Used on U. S. Coast Guard Small Boats. �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. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD 21226. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation.� It is the Government�s belief that only Motorola Inc. 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 required capabilities to provide these same items are invited to submit complete information discussing the same within three (3) 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 only genuine OEM parts. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2024-02 (January 2024) 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 _334220�and the Small Business Size Standard is _1250.�� The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid Unique Entity ID number and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 5/13/2024_, at _1_ p.m. Eastern Standard Time. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2023) with Alternate I.� Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation.� Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov ; FAR 52.204-7, Systems for Award Management (Oct 2018); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2023). The following clauses listed within FAR 52.212-5 are applicable FAR 52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644); FAR 52.219-28, Post Award Small Business Program representation (Sep 2021)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2020)(E.O. 13126); �FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); �FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Jun 2020); �FAR 52.225-3, Buy American Act-Free Trade Agreement (Jan 2021)(41 U.S.C. 10a-10d);� 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2018); 52.232-33, Payment by Electronic Funds Transfer�Central Contractor Registration (Jul 2013)(31 U.S.C.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81a63cc0e0fb4e65872cc83d93c4fe9a/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN07057387-F 20240510/240508230048 (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 |