SOLICITATION NOTICE
59 -- Yokogawa LS571 Speed Sensors - Clauses, Shipping Instructions
- Notice Date
- 6/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-09-Q-HA047
- Archive Date
- 7/14/2009
- Point of Contact
- Matthew T. Gross, Phone: 4107626245, Florence D. Harwood, Phone: 410-762-6455
- E-Mail Address
-
matthew.t.gross@uscg.mil, florence.m.harwood@uscg.mil
(matthew.t.gross@uscg.mil, florence.m.harwood@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Clauses Shipping/Packing Instructions PLEASE READ THIS NOTICE IN ITS ENTIRETY INCLUDING ATTACHMENTS BEFORE CONTACTING THE POC WITH QUESTIONS/COMMENTS. THANK YOU. 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. The commercial item test procedures at FAR 13.5 are also being implemented. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG40-09-Q-HA047 and is issued as a Request For Quotation (RFQ). This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-33 and as supplemented with additional information included in this notice. This acquisition is not set aside for any small business programs, the NAICS code is 334419 and the small business size standard is 500 employees. It is anticipated that a non-competitive sole source contract shall be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only Yokogawa and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items. See attached FAR clause 52.212-2 regarding the offeror’s certification of providing genuine Yokogawa parts. Substitute parts are not acceptable. The U.S. Coast Guard Engineering Logistics Center intends on awarding a 5 year firm fixed price requirements type contract (base + 4 option years) for: Yokogawa Speed Sensors, NSN 6605 01-470-1266, P/N LS571. This speed sensor unit is for the EML500-HV1 electromagnetic speed log system. Flush mounted, built in pre-amplifier, 70mm outside diameter, 510mm length, single axis. For single bottom hulls. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Below is the estimated quantities for the base and option years. Quotes will be evaluated based on total price for all years. Year Est. Qty Unit Price Total Price Base 12 Opt 1 12 Opt 2 12 Opt 3 12 Opt 4 12 Grand Total:_________ The quantity above is an estimate based on the previous purchases and anticipated needs for this item. Quote shall provide pricing for the 12 each for the base year, and 12 each for each of the 4 option years. Vendors interested in providing a quote should submit one to the POC of this notice, preferably by email. The attached Packing Instructions need to be viewed, and along with the vendor’s quote, you must acknowledge if you can meet those shipping standards or will be doing commercial shipping. Along with quote, vendors are required to provide their DUNS, tax ID, and delivery timeframe. Orders for this item will be placed by Delivery Orders (DO) from this agency. The quantity, funding, and required delivery date will be on each individual DO. This is why it is important to provide a realistic delivery timeframe in your quote. That timeframe will be used to determine the required delivery date on the DO’s. Evaluation of the quotes will be based on the criteria in the attached clause 52.212-2. Delivery will be FOB DESTINATION to address: U.S. Coast Guard Engineering Logistics Center Receiving Room, Bldg #88 2401 Hawkins Pt Rd Baltimore, MD 21226 The following FAR Clauses and Provisions apply to this solicitation. Offerors may obtain full text versions of these clauses and provisions electronically at http://www.arnet.gov/far. Offerors shall review all attached clauses. FAR Provision 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) shall be read and filled out. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (JUNE 2009)" and Alt 1 included with their quotation, or be registered with Online Reps and Certs https://orca.bpn.gov/. FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (JUNE 2008). FAR Clause 52.204-7, Central Contractor Registration (JUL 2006) is incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (MAR 2009). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUNE 2009) applies to this acquisition, and is attached in full text with applicable clauses marked. A formal notice of changes, if applicable, will be issued in FedBizzOpps (www.fedbizzopps.gov) via amendment(s). It is each vendor’s individual responsibility to the monitor the EPS system for changes. POC for this requirement is Matthew Gross, Contract Specialist, phone (410) 762-6245, fax (410) 762-6226, and email matthew.t.gross@uscg.mil. Quotes can be emailed (HIGHLY preferred) or faxed and are due no later than 2PM EST June 29th, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-Q-HA047/listing.html)
- Place of Performance
- Address: Engineering Logistics Center, Electrical Sys/Aton Acquisition Br, Code 042, M/S 26, 2401 Hawkins Pt Rd, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN01849665-W 20090620/090619000048-86c9fcde7786f9d6c5553973001fd744 (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 |