Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2014 FBO #4718
SOLICITATION NOTICE

58 -- Control Radio Boxes - packing & Marking

Notice Date
10/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment 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
HSCG40-15-Q-5BL001
 
Archive Date
11/15/2014
 
Point of Contact
Cynthia A Matthews, Phone: 410-762-6509
 
E-Mail Address
cynthia.a.matthews@uscg.mil
(cynthia.a.matthews@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
JOTFOC PP&M The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following parts: Item 1) NSN: 5340-99-153-1529 Cap Protective, Dust-Moisture P/N GAS5261 Qty: 35 EA Item 2) NSN 5820-99-227-3516 Control Radio Set P/N GAS5140.5 with 22 ft cable Qty: 5 EA Item 3) NSN 5820-99-428-7573 Control, Radio Set P/N GAS5140.4 with 18 ft cable Qty: 5 EA Item 4) NSN: 5820-99-587-9288 Control, Radio Set P/N GAS5140.3 with 15 ft cable Qty: 10 EA Item 5) NSN 5895-99-968-4497 Comms Master Control Box P/N GAS5176.1 2R, 6RO Qty: 5 EA Item 6) NSN 5820-99-668-2683 Control, Radio Set P/N GAS5140.2 with 12 ft cable Qty: 5 EA Item 6) NSN 5999-99-235-5279 Cable Assy, Special purpose P/N GAB4546.2, 7M Qty: 5 EA Mfgr: Graytronics LTD Delivery on or before 02/1/15, Proposed Delivery __________ The items are used on the various US Coast Guard small boats. Substitute part numbers are NOT acceptable. All items shall be individually packaged and bar-coded. Markings shall be in accordance with Coast Guard specification SP-PP&M-001. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Substitute parts are not acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Graytronics Ltd., and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within three (3) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply only genuine OEM parts. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-77 (OCT 2014) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is _334290 and the Small Business Size Standard is _750. This synopsis/solicitation is issued pursuant to FAR 6.302-1. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is OCT 31, 2014_, at _12_ p.m. Eastern Standard Time. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2014) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.204-7, Systems for Award Management (July 2013); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2014). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Jul 2013)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013)(31 U.S.C. 3332). (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-5BL001/listing.html)
 
Record
SN03557568-W 20141025/141023235007-1df48a510fd272e7aed866e8e5251436 (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.