SOLICITATION NOTICE
58 -- WINRADIO 4-Channel Surveillance System
- Notice Date
- 7/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-11-Q-XVA187
- Archive Date
- 8/27/2011
- Point of Contact
- Romy V Maglalang, Phone: (757) 628-4145, Joan E. Baum, Phone: (757)628-4140
- E-Mail Address
-
romeo.v.maglalang@uscg.mil, Joan.E.Baum@uscg.mil
(romeo.v.maglalang@uscg.mil, Joan.E.Baum@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. Solicitation Number HSCG84-11-Q-XVA187 is issued as a Request for Quote (RFQ).The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53, and may be obtained electronically at http://www.arnet.gov/far. This is a Total Small Business Set-Aside. The applicable NAICS code is 334220, and the small business size standard is 750. Proposals/Offers are solicited only from total small business concerns. Proposals /Offers are due at the U. S. Coast Guard SILC (PCB31), Attn: Joan E. Baum/Suite 950, 300 E. Main Street, Norfolk, VA 23510, by 12:00 p.m. EST on August 12, 2011. Proposals/Offers may, also, be faxed to (757) 628-4231 or email to: Joan.E.Baum@uscg.mil, or, Romeo.V.Maglalang@uscg.mil. Questions may be directed to Joan E. Baum by email, or telephone 757-628-4140, or Romeo V. Maglalang by email, or telephone 757-628-4145. DESCRIPTION OF REQUIREMENT. Purchase of the following items: CLIN 001: 1-1800 MHz, 4 Channel Surveilance System w/ WR-NRC Case, Part # MS-8114/G315. Qty: 2 each; CLIN 002: Client/Server Option for Remote Operation, Part# MS-8114-CSO. Qty: 2 each; CLIN 003: Antenna Distribution System w/ WR-NRC Case Part# WA-0831. Qty: 2 each; CLIN 004: Active HF antenna, Part# AX-81S. Qty: 2 each; CLIN 005: Low-Noise Power Supply for AX-81S, Part# WR-SF-41-US. Qty: 2 each; CLIN 006: Power Injector (Bias T) for AX81S, Part# WR-BT-650. Qty: 2 each; CLIN 007: Optional Swivel Rail Mount for AX-81S Antenna, Part# WR-AC-RMB-114. Qty: 2 each; CLIN 008: Optional Swivel Deck Mount For AX-81S Antenna, Part# WR-AC-DMB-114. Qty 2 each; CLIN 009: VHF/UHF Antenna w/ mounting Clamps, Part# AX-71C. Qty: 2 each; CLIN 010: Mounting Clamp for AX-17C, Part# WR-AC-MC-01. Qty: 2 each; CLIN 011: 150-ft HF Cable, Part# N-150-BNC. Qty: 2 each; CLIN 012: 150-ft VHF Cable, Part# N-150-UHF. Qty: 2 each. Proposals/Offers must include: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Brochures that show the lodging units appearance and floor layout are also being requested; (4) Terms of early termination of occupancy, in part (some units) or wholly (all units); (5) Price, availability and any discount terms; (6) 'Remit to' address, if different than mailing address; (7) Acknowledgment of Solicitation Amendments; (8) Past performance information on previous contracts for the same or similar items and other references; (9) If the offer is not submitted on Form SF-449 include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (10) Company Tax Information Number and DUNS Number. All responsible sources may submit a quote, which if timely received, shall be considered by this agency. The following FAR provisions/clauses are applicable to this solicitation, and are incorporated by reference. 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 (Jun 2008); FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2011) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2011).The following clauses listed within 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010 (29 U.S.C. 793); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et. seq.); 52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.232-33 Payments by Electronic Funds Transfer - Central Contractor Registration (Oct 2003)(21 U.S.C. 3332); NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion of certifications prior to submission of your quote. Proposals/Offers shall contain a statement that the ORCA requirement has been met. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The U. S. Coast Guard, Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures, resulting from this solicitation, to the responsible vendor whose proposal/offer conforms to this solicitation, and is determined to be most advantageous to the Government based on ability to meet basic requirements, delivery date, and price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-Q-XVA187/listing.html)
- Place of Performance
- Address: US Coast Guard MIFC Atlantic, 352 Bullpup Street, Virginia Beach, Virginia, 23461, United States
- Zip Code: 23461
- Zip Code: 23461
- Record
- SN02515155-W 20110731/110729234755-6a9d35929c076e50740877565e84a018 (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 |