Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

20 -- Inverter, Power, Static

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-07-Q-41392
 
Response Due
9/18/2007
 
Description
The USCG Engineering Logistics Center has a requirement for the following: Inverter, power, static, voltage input 28 DC, 1st output voltage 115 AC, 2nd output voltage 26, 1st and 2nd frequency output 400 hertz, single phase, input current rating 2.7 DC amps, dimensions 6.5 inches length, 2.75 inches height, 4.120 inches width., Manufacturer KGS Electronics, Inc., Part Number SPC-5(C), S/N 6130-01-548-7800, quantity 24 each. F.O.B. Destination delivery to U.S. Coast Guard Engineering Logistics Center, Receiving Room, Bldg. 88, 2401 Hawkins Point Road, Baltimore, Maryland 21226. It is anticipated that a non-competitive sole source purchase order will be issued for these items to KGS Electronics, Incorporated or one of its authorized distributors. It is the Government?s belief that only KGS Electronics, the original equipment manufacturer (OEM), or one of its authorized distributors can furnish the required parts and ensure the proper fit, form and function of all its components. However, other potential sources with the expertise and required capabilities to provide this product can submit such data discussing the same in duplicate within 5 days from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. The submission of this data for review shall not impede award of this contract. The Coast Guard does not intend to pay for information solicited. No cost or pricing data is required. The anticipated award date for this procurement is 21 September 2007. Marking and Packaging Requirements: Marking: In clear printed lettering each item as defined by its unit package quantity shall be individually marked or labeled with the following: Nomenclature, Stock No., Manufacturer Part Number, Cage Code (if known) and Purchase Order/Contract Number. Packaging: Each item as defined by its unit package quantity shall be individually packaged. Standard commercial is acceptable. Defined as the way items are packaged, sold and shipped over the commercial counter. It shall provide protection for multiple handling, shipment by any mode and storage periods for up to 1 year in enclosed facility and also be suited for redistribution without any additional repackaging or marking. Failure to follow the packaging instructions may result in a company being charged money by the USCG to cover the costs of repackaging the items purchased in any resulting purchase order. Company may also be charged shipping costs to cover the cost of returning the material to the company for repackaging. This is a combined Synopsis/solicitation for Commercial Items and is issued in accordance with the format in subpart 12.6 of the FAR, as supplemented with additional information included in this notice and pursuant to FAR Part 6.302-1 and HSAM 3006.302-1. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors?Commercial Items (Sep 2006) and the following addendum: Submission of Offers: Proposals submitted in response to this solicitation may be submitted on company letterhead stationary and must include the following: (1) item name, item number, and unit/total prices; (2) proposed delivery after receipt of order in calendar days; (3) verification that each item shall be individually preserved, packaged, marked, and shipped in accordance with the above, (4) taxpayer and Dun & Bradstreet (DUNS) number; (5) Contractor?s full name, address, and telephone number, (6) Payment terms, and (7) any discount for prompt payment. Offerors shall also include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2007) with their offer. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. FAR 52.212-2, Evaluation ? Commercial Items, (JAN 1999) and the following addendum: This is a commercial item acquisition and will be evaluated using procedures in FAR 13.1. Proposals shall be evaluated on price and delivery schedule. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding of the work and ability to perform the contract. The delivery schedule is important. Award may be made to other than the low price. The Government reserves the right to make an award without discussions. This requirement will be awarded on an all-or-none basis. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007) and the following Addenda: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Aug 2007) to include the following: 52.222-3 Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-1 Buy American Act-Supplies (June 2003); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); The following are incorporated as addenda: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003);Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The closing date and time for receipt of quotations is 12:00 PM on 09/18/07. E-Mail quotes are acceptable and may be sent to Linda.A.Mannion@uscg.mil. Facsimile quotes are acceptable and may be sent to (410) 762-6008. Hand-delivered quotes and/or original, hard copy quotes shall be sent to Commanding Officer, U.S. Coast Guard Engineering Logistics Center, YARD Acquisitions Branch, Bldg. 58, 2nd Floor, Mail Stop 8, 2401 Hawkins Point Road, Baltimore, Maryland 21226-5000. Point of contact for this solicitation is Linda Mannion, (410) 762-6475. SEE NUMBERERD NOTE 22.
 
Record
SN01400685-W 20070912/070910220351 (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.