Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
SOLICITATION NOTICE

59 -- INDICATORS - PACKAGING AND SHIPPING INSTRUCTIONS

Notice Date
12/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG40-15-Q-CV019
 
Archive Date
1/17/2015
 
Point of Contact
Erika R. Wallace, Phone: 4107626231
 
E-Mail Address
erika.r.wallace@uscg.mil
(erika.r.wallace@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PACKAGING AND SHIPPING INSTRUCTIONS The United States Coast Guard Surface Forces Logistics Center has a requirement and is requesting quotations for the following part: (1) NSN: 5999-01-F12-2883 PART NO: BST-1653/BCI-240-144 ITEM: RUDDER ANGLE INDICATOR DESCRIPTION: RAI, BKHD MTG, 144X144, +/- 45 OR 75 DEG, FOR USE ON FLYING BRIDGE. ITEM IS A PART OF THE PILOTSTAR D AUTOPILOT SYSTEM ON THE POST (MEP) 110' WPB QUANTITY: 3 EA MFG: L-3 COMMUNICATIONS KLEIN NAVIGATION (2) NSN: 5999-01-F12-2900 PART NO: BST-2226/133-560-NG005 ITEM: STEERING REPEATER W/TILT BRACK DESCRIPTION: STEERING REPEATER W/TILT BRACKET (COMPASS, FLYBRIDGE REPEATER FOR BULKHEAD MOUNTING(IP 56) L-3 P/N 2226 / RAYHEON P/N 133-560-NG005, PART OF PILOT STAR D AUTOPILOT SYSTEM ON THE POST 110' WPB COASTAL PATROL BOATS. QUANTITY: 1 EA MFG: L-3 COMMUNICATIONS KLEIN NAVIGATION (3) NSN: 6605-01-629-3320 PART NO: 133-560.NG011 ITEM: STEERING REPEATER COMPASS QUANTITY: 6 EA MFG: RAYMARINE CO The items are used on various US Coast Guard vessels. All items will be individually packaged and marked IAW 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. Required Delivery Date- JANUARY 20, 2015 No substitutions will be accepted. 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 Raytheon Marine Co. 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 two (2) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offer or is an authorized distributor, and verifying the OEM will supply only genuine OEM parts. There will be no substitutions permitted. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-78 (DEC 26, 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. Please send all quotations to Erika R. Wallace, Purchasing Agent erika.r.wallace@uscg.mil. The NAICS code for this solicitation is 332999and the Small Business Size Standard is 500. This synopsis/solicitation is issued pursuant to FAR 6.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. 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 (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is Jan 2, 2015 at _1_ p.m. Eastern Standard Time. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) 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 52.212-4, Contract Terms and Conditions-Commercial Items (May 2014); 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 (Oct 2014) are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282)(31 U.S.C. 6101 note); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)(15U.S.C.644); 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 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American Act-Supplies (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) (31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. Transfer-Central Contractor Registration (Jul 2013) (31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG40-15-Q-CV019/listing.html)
 
Record
SN03606312-W 20150101/141230234140-51babd2f5c92989fe5403e9f5a37026d (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.