Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

58 -- Portable Direction Finding System

Notice Date
8/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
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
HSCG84-12-Q-XVA171
 
Archive Date
9/4/2012
 
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; quotes are being requested and a written solicitation will NOT be issued. Solicitation Number HSCG84-12-Q-XVA171 is issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-60, and may be obtained electronically at http://www.arnet.gov/far. This is a total Small-Business Set-Aside. The applicable NAICS code is 423690, and the small business size standard is 500. Offers are solicited only from total small business concerns. Offers are due at the U. S. Coast Guard SILC (PCB31), Attn: Joan E. Baum/Suite 950, 300 East Main Street, Norfolk, VA 23510, by 3:00 p.m. EST on Aug. 20, 2012. Offers may, also, be faxed to (757) 628-4231 or email to: Joan.E.Baum@uscg.mil. Any questions regarding this solicitation may be directed to Joan E. Baum by email, or telephone 757-628-4140, or Romeo Maglalang by email: Romeo.V.Maglalang@uscg.mil, or telephone 757-628-4145. DESCRIPTION OF REQUIREMENT: CLIN 1 - WD-3300RP-G315-2 Portable Direction Finding Systems Dual receiver DF system including 100-1800 MHz antenna, QTY: 2 each; CLIN 2 - WD-3300-AX320D Optional antenna 2-100 MHz, QTY: 2 each; CLIN 3 - WD-3300-GPS GPS hardware option, QTY: 2 each; CLIN 4 - WD-3300-TMO Triangulation/Mapping software option, QTY: 2 each; CLIN 5 - WD-3300-RFC-30m cables, QTY: 2 each; CLIN 6 - WD-3300-DTC-30m cables, QTY: 2 each; CLIN 7 - WD-3300-CSO Client/Server Option, QTY: 2 each; CLIN 8 - Equipment operation and System software Training, for 5 end-users, at contractor's facility, QTY: 1 Job. Include shipping charges, if applicable. Offers/Quotes 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 with product brochures that contain physical and technical specifications. (4) Price, estimated delivery date, and any discount terms; (5) If the offer is not submitted on Form SF-1449 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; (6) Company Tax Information Number and DUNS Number. The following Federal Acquisitions Regulation (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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2011) 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010); 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); 52.219-13 Notice of Set-Aside of Orders; 52.222-3 Convict Labor 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); 52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.223-18 Encouraging Contractor Policies to BanText Messaging While Driving. 52.232-33 Payments by Electronic Funds Transfer - Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). 52.243-1 Changes - Fixed-Price (Aug 1987) 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-pcb31) intends to award a Firm-Fixed Price (FFP) Purchase Order, using Simplified Acquisition procedures to the responsible vendor whose 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/HSCG84-12-Q-XVA171/listing.html)
 
Place of Performance
Address: U.S. Coast Guard MIFC, 352 Bullpup Street, Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN02834066-W 20120811/120810002122-b30517a8cb47879866dca265792c8e43 (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.