Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2025 SAM #8574
SOLICITATION NOTICE

66 -- IFR Aeroflex RD-301A Weather Radar Test Set and Calibration

Notice Date
5/16/2025 10:21:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
C5I DIVISION 2 KEARNEYSVILLE KEARNEYSVILLE WV 25430 USA
 
ZIP Code
25430
 
Solicitation Number
52801PR250000006
 
Response Due
6/5/2025 10:00:00 AM
 
Archive Date
06/20/2025
 
Point of Contact
Ann M. Leuters, Delton L. Brun, Phone: 7034175594
 
E-Mail Address
Ann.m.leuters@uscg.mil, Delton.L.Brun@USCG.mil
(Ann.m.leuters@uscg.mil, Delton.L.Brun@USCG.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Request for Quote RFQ # 52801PR250000006 Contracting Office: USCG, CG 914-2, Kearneysville, WV Responses Due: On or before, Thursday, 5 June 2025 at 1:00PM ET Total Small Business Set Aside This is a combined synopsis solicitation for a commercial service prepared in accordance with the format in FAR subpart 12.6, Acquisition of Commercial Service, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals and a written solicitation will not be issued. The solicitation number is 52801PR250000006 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This RFQ is for the procurement of QTY 1, P/N RD-301A, IFR Aeroflex RD-301A Weather Radar Test Set and calibration with certificate of the unit. Submit written offers only, oral offers will not be accepted. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. The complete text of any of the provisions and clauses may be accessed in full at https://www.acquisition.gov/browse/index/far. The procurement is a Firm Fixed Price and the is associated North American Industrial Classification System (NAICS) code is 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The size standard for this NAICS is 750 EMP. Product Service Code is: 6625- Electrical and Electronic Properties Measuring and Testing Instruments. The description of the requirement is required on behalf of United States Coast Guard (USCG). The objective is to acquire a one-time material purchase of QTY 1, P/N RD-301A, IFR Aeroflex RD-301A Weather Radar Test Set. Line Item 0001: QTY � 1, UNIT � EA, DESCRIPTION � IFR Aeroflex RD-301A Weather Radar Test Set, Part Number: RD-301A, Manufacturer: IFR/Aeroflex. Line Item 0002: QTY � 1, UNIT- EA, DESCRIPTION � Calibration with Certificate DELIVERABLES AND DELIVERY SCHEDULE: One time delivery of one (1) each IFR Aeroflex RD-301A Weather Radar Test Set within 60 days After Receipt of Order (ARO). Unit to be packaged and shipped by the vendor. Vendor must use commercial means to ship and deliver to the USCG, C5ISC-ERF, 2401 Hawkins Point Road, Bld. 88-1, Baltimore, Maryland 21226. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. Solicitation Response Deadline: On or before, Thursday, 5 June 2025 at 1:00PM ET � Response to this solicitation are due on or before the aforementioned date and time, IN WRITING, to the Contract Specialist, Ann M. Leuters, Ann.M.Leuters@uscgmil and the Contracting Officer, Delton L. Brun, Delton.L.Brun@uscg.mil. This solicitation is inclusive of the following attachments: Attachment 1 � Requirements Document Attachment 1a- IFR RD-301A service manual Attachment 1b- Testing and Calibration Document_ ISO IEC 17025 2017 Attachment 2 � Brand Name Justification Attachment 3 � Open Market Solicitation Provisions & Clauses Attachment 4 � Electronic Submission of Payment Requests USCG Points of Contact: Contracting Officer: Delton L. Brun, Delton.l.brun@uscg.mil Contract Specialist: Ann M. Leuters, Ann.m.leuters@uscg.mil Instruction Section: The USCG reserves the right not to answer all submitted questions. Written responses to the questions submitted for this solicitation will be provided to all contractors, with due regard to the proper protection of proprietary information. The USCG will not provide information in response to telephone calls. Contacting other USCG personnel regarding this solicitation to gain procurement-sensitive information may result in disqualification from the evaluation process. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, and CAGE CODE must be included in the Vendors quote. All quotes submitted shall include cost breakdown, unit price, extended price, payment terms and discount offered for prompt payment. Nonconformance with the instructions provided may result in disqualification or unfavorable evaluation. Evaluation: The resulting purchase order from this solicitation will be issued as a FIRM FIXED PRICE purchase order. The purchase order will be made to the LOWEST-PRICE technically acceptable quote. The USCG intends to award the task order based on the initial quote without engaging in exchanges. However, the USCG reserves the right to conduct exchanges with one or more of the vendors if determined by the Contracting Officer to be necessary and in the best interests of the USCG. The USCG may reject any or all quotes if such action is in the public interest and waive informalities and minor irregularities in quotes received. Vendors are strongly encouraged to submit their best quote in response to this solicitation. The Government will first review the quotes for completeness/compliance (everything required to be submitted has been submitted). If a quote is found to be incomplete/non-compliant, it may be removed from the evaluation process, and it will not be further evaluated. Then the Government will list the remaining quotes by price, lowest to highest, and will begin the technical quote evaluation with the lowest priced Offeror. Upon finding the Offeror who meets the brand name requirements (i.e. technical acceptability), the Offeror�s price will be evaluated for reasonableness. If the first quote evaluated is technically acceptable with a price that is reasonable, evaluation will stop. If the first quote evaluated is either not technically acceptable or has a price that is not reasonable, the evaluation will continue. Once the lowest reasonably priced, technically acceptable quote is found evaluations will stop.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c9b6ca79f9834aac8c74719d952c6e19/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN07446405-F 20250518/250516230049 (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 |
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.