Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
SOLICITATION NOTICE

20 -- HSC GROUP RECORD

Notice Date
6/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-11-T-7581
 
Archive Date
7/7/2011
 
Point of Contact
Carlton D. Hagans, Phone: 7574435880
 
E-Mail Address
carlton.hagans@navy.mil
(carlton.hagans@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-11-T-7581, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51, effective 2 MAY 2011. NAICS code 334220 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Navajo. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. The following parts are required: ITEM P/N DESCRIPTION QTY 1 RHUSA-2570-TEL-1X15-GOV A3, 150W GMDSS Dual Sat C 1 2 FELCOM15 INMARSAT C 2 3 FS1570 GMDSS Compliant, MF/HF Radiotelephone/DSC Watch Receiver 1 4 FM8800S GMDSS Compliant, 25 Watt DSC-VHF/FM Radiotelephone 2 5 PP510 GMDSS Compliant Dot Matrix Printer, 24 VDC 2 6 PR850A External Power Supply Unit with Automatic AC to Battery Switching 1 7 PR300 Rectifier, 110/220VAC to 24VDC, 1 8 000-054-390 Handset HS-2003 FM8800S 2M Coiled 1 9 1N4 NMEA Buffer ABS Approved 1 10 2CU5R Miniature Circuit Breakers, R Series 5A 2 11 2CU10R Miniature Circuit Breakers, R Series 40A 4 12 2CU50R Miniature Circuit Breakers, R Series 50A 1 13 BH31P Battery Tray 2 14 TEL-12-125 12 VoltsBatterys - 127 Ampere Hour Capacity @ 8 Hour Rate 2 15 DCE Meter E Meter for DC Power "digital" 1 16 PT-24-20 PT-24-20 Battery Charger 1 17 B170-002-R 2-port IEEE 1284 reversible parallel autoswitch with (3) DB25 Female gold connectors 1 18 F2A047-06 6FT Printer Cable A-A PAR PR DB25M DB25M IEEE 1284 2 19 35C0931 Power fail indicator light 1 20 AT92-M 30' HF Antenna - mast mount 1 21 AV7 Commercial VHF 4'3" (1.25m) 4 22 AR42T 13' HF Receive Only Antenna 1 23 IME-GMD-50Z RC18XX Dealer Manual 1 24 OSE-GMD-30Z RC 18XX Interface Manual 1 25 TSE-GMD-30Z RC18XX Daily Test Manual Binder with set of install, operator, service, RHUSA line card & system DWG 1 26 RCI-800-032 Spares Kit (Fuses, Etc.) 1 27 GMDSS-CRA Shipping Crate for GMDSS Suite L 40" X W 36" X H 65" 1 28 2CU40R BMiniature Circuit Breakers, R Series CIRCUIT BREAKER, 2-P, 40A/480V, C 480Y/277VAC, UL1077 HUSA line card & system DWG 1 29 Installation Kit for GMDSS Installation kit for either single or dual Sat C configuration 1 30 Shakespeare 483 Mast Clamp for Antenna 2 31 Shakespeare 4700-2 2' Heavy Duty stainless steel extension mast with 1"-14 thread fittings 2 32 MISC 1/4" Copper Tube 3' long 1 33 MISC Size D, Steel, Deck Length, Swedge Tube 9 34 000-054-120 FM800S Flush Mounting Kit 2 35 RH-ANT-COU P-MT-PLT Antenna Coupler Mounting Foundation 1 36 M17/074-RG2 13.0888 STR BC PE BC BRD SHD PVC-11A JKT 50 OHM**QPL/CTR** 500 37 LSDNW-9 M24643/48-03UN 10-2C NON WATERTIGHT **QPL/CTR** 200 38 TTXOW-1-1/2 2 M24640/24-01UO 22-1-1/2 WATERTIGHT OA SHLD **QPL/CTR** 250 39 83-1SP-1050 CONNECTOR MALE STANDARD UHF PL-259 AMPHENOL 83-1SP-1050 12/ 12 40 BT2LH-L0 CABLE TIE WITH METAL BARB 2" BUNDLE DIA BLK 50/PK ROHS 120 LB TENSILE STRENGTH 1 41 BT3LH-LO BARB-TY NYLON LOCKING CABLE TIE WRAP BLK 50/PK ROHS 120 LB TENSILE STRENGTH 1 42 5Z337 CP25WB+ CAULK - Fire Barrier Caulk 1 43 GS-2-25 Copper Ground Strap Wax Rope Tape Gasket Material 1 44 LMR-400UF LMR-400 Ultra Flex Cable (500 ft) 2 45 TNC-400 LMR-400 TNC Connectors 4 46 TNC-FEL-15X TNC Connectors for FELCOM 15 2 47 CRATE Shipping Crate for GMDSS Installation Kit 1 48 80116 Form-A-Gasket sealant 1 49 MISC Bolt kit including: 1/2-20 Bolts Foundation Bolts Washers 1 50 STOCK (0.25) DS - DUCT SEAL,1LB 1 WPM Compliance Shipping Total MANUFACTURER: Radio Holland END ITEM APPLICATION: HSC GROUP Shipping address for this item is San Diego, CA 92123 The requested delivery date for the above items is 16 September, 2011. Please provide the cost of freight charges if applicable. Estimated Delivery Date if Different than Requested Date_________ Are items being imported? ________ If so, from what country? ____________ The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration Alternate A; 252.211-7003 Item Identification and Valuation; 252.211-7003 Alternate I Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 22 June 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to carlton.hagans@navy.mil or faxed via 757-443-5982 Attn: Carlton Hagans. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/746329cb4e1b0e1985110b1537e9c42a)
 
Place of Performance
Address: San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN02473950-W 20110617/110615235217-746329cb4e1b0e1985110b1537e9c42a (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.