Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2011 FBO #3330
SOLICITATION NOTICE

70 -- SYNCHRO SIGNAL CONVERSION SYSTEM AND DATA ACQUISITION SYSTEM - RFQ HSCG40-11-Q-60616 - RFQ paperwork - Specification 901-WMEC-426-002

Notice Date
1/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-11-Q-60616
 
Archive Date
1/26/2011
 
Point of Contact
Carolyn Ward, Phone: 4107626601, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil
(carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification 901-WMEC-426-002 Quote Request Solicitation information (i) 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 separate written solicitation will not be issued. (ii) Solicitation number HSCG40-11-Q-60616 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47. (iv) This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 335999 and the business size standard is 500 employees. Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001, ACN: 5895-01-LG9-1607, P/N: 901WMEC-426-002, BBG-USCG-SBS, SYNCHRO SIGNAL CONVERSION SYSTEM, 400 HZ, CONSISTING OF ONE (1) COMPLETE ASSEMBLANCE OF CABINET HARDWARE, POWER SUPPLIES AND ELECTRONIC CIRCUITARY NECESSARY TO TRANSFORM SPECIFIED SYNCRO SIGNALS TO OTHER FORMS USED ONBAORD 270 WMEC COAST GUARD CUTTERS. TO BE INACCORDANCE WITH COAST GUARD SPECIFICATION NO: 901-WMEC-426-002. "BRAND NAME OR EQUAL". *NOTE*: ITEM TO INCLUDE 2 IDENTICAL INDEPENDENT CONVERTERS (TO ENCLOSURE, FRONT PANEL, CABLE, MANUAL AND TEST REPORT) TO BE MOUNTED ON A COMMON MOUNTING BRACKET, PLATE OR SHELF AS DETERMINED BY VENDOR. Quantity 1 EA, Desired Delivery Date 03/05/2011. ITEM 0002, ACN: 7025-01-LG9-2839, P/N: BBG-7144E, DATA ACQUISITION SYSTEM, CONVERTING NMEA (VBM) OWN SHIPS SPEED INFORMATION TO 90 VAC SYNCHRO INFORMATION. THE UNIT SHALL BE CAPABLE OF SUPPORTING THE MK-92 FIRE CONTROL SYSTEM. *NOTE* "BRAND NAME OR EQUAL". Quantity 1 EA, Desired Delivery Date 03/05/2011. ITEM 0003, ACN: 7025-01-LG9-2837, P/N: BBG-7244E, DATA ACQUISITION SYSTEM, CONVERTING ANALOG WIND SPEED (.105VDC/MPH) AND DIRECTION (90 VAC 60 HZ) SYNCHRO INFORMATION. THE UNIT SHALL BE CONFIGURED TO PROVIDE 2 OUTPUTS 1) SYNCHRO 115 VAC 400 HZ FOR WIND SPEED, 2) SYNCHRO 115 VAC 400 HZ (1X) FOR WIND SPEED. OUTPUTS SHALL BE CAPABLE OF SUPPORTING AN SLQ -32 SYSTEM.*NOTE*: "BRAND NAME OR EQUAL". Quantity 1 EA, Desired Delivery Date 03/05/2011. ****Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. **** (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: See attached scanned documents for each item and its unique packaging/shipping requirements. Not all items listed in this solicitation require the same specifications. Offeror is responsible for viewing the documents for clear comprehension of requirements prior to offer. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: In clear printed lettering (English) 1" min high, for each item as defined by its unit package quantity shall be individually marked with the following: Nomenclature, 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx, MFG Part No., CAGE code (if known), Contract No. (issued upon award) and Date. Place of delivery shall be: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current home numbers. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Technical, price and past performance are evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. Delivery is slightly more important than price or past performance. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct. 2010) with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec. 2010). The following clauses listed in 52.212-5 are incorporated: a. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept. 2006), with Alternate 1 (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). b. 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). c. 52.211-6, Brand Name or Equal (Aug 1999) d. 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). e. 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637 (a)(14)). f. 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632 (a) (2)). g. 52.222-3, Convict Labor (June 2003) (E.O 11755). h. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755) i. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) j. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) k. 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). l. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793) m. 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). n. 52.222-50 Combating Trafficking in Persons (Feb. 2009) o. 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the shelf items or certain other types of commercial items as prescribed in 22. 1803). p. 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962 © (3)(A)(11). (Not applicable to the acquisition of commercially available off-the-shelf items.) q. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). r. 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169). s. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). t. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). u. 52.233-3, Protest after Award (Aug. 1996). v. 52.233-4, Applicable Law for Breach of Contract Chain (Oct. 2004). w. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii) See required documents for scanned copies of each item requested. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUOTES ARE DUE BY 4:00 PM EST on Tues. Jan. 11, 2011. Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil (xvi) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-60616/listing.html)
 
Record
SN02354138-W 20110106/110104234436-6c86764d074d37954765c40a060c2fe7 (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.