Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
SOLICITATION NOTICE

58 -- PARTS FOR THE TRS-3D/16-ES RACK - Package #1

Notice Date
7/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-RJ022
 
Archive Date
8/7/2015
 
Point of Contact
Charles B, Shughrue, Phone: ( 410) 762-6249
 
E-Mail Address
charles.b.shughrue@uscg.mil
(charles.b.shughrue@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SHIPPING AND PACKAGING SOLE SOURCE JOTFOC REPS AND CERTS The United States Coast Guard Surface Forces Logistics Center LONG RANGE ENFORCER Product Line has a requirement and requesting quotations for the following part: Item: 1 NSN: 5840 12-374-3873 CONTROL, TRANSMITTER, RADAR REPLENISHMENT: 416634 CONTROLLER TRANSMITTER STSE- A3A10A4 PART OF TRS-3D/16-ES RACK 3 MFR PART NUMBER 54.1150.607.00 EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL-B-81705E W_AMENDMENT 1 DTD 02/08/2010. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM-D-3951-10 SFLC SP-PP&M-001 DTD 06/06/11 EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING: MIL-STD-129P W/CHANGE 4 SFLC SP-PP&M-001 DTD 06/06/11 BAR CODING REQUIRED, TO COMPLY WITH THE FOLLOWING: SFLC SP-PP&M-001 DTD 06/06/11 MFG NAME: AIRBUS DEFENSE AND SPACE, INC. PART_NBR: 54.1150.607.00 Quantity: ONE (1) Item: 2 NSN5945 12-317-5738 CHOPPER, ELECTRONIC REPLENISHMENT: 416634 CCA, CHOPPER Z100H- A4A3A26 PART OF TRS-3D/16-ES RACK 4 MFR PART NUMBER- 54.2897.179.00 EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL -B-81705E W_AMENDMENT 1 DTD 02/08/2010. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM-D-3951-10 SFLC SP-PP&M-001 DTD 06/06/11 EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING: MIL-STD-129P W/CHANGE 4 SFLC SP-PP&M-001 DTD 06/06/11 BAR CODING REQUIRED, TO COMPLY WITH THE FOLLOWING: SFLC SP-PP&M-001 DTD 06/06/11 MFG NAME: AIRBUS DEFENSE AND SPACE, INC. PART_NBR: 54.2897.179.00 Quantity: THREE (3) Item: 3 NSN: 5945 12-317-5740 CHOPPER, ELECTRONIC REPLENISHMENT: 416634 POC: 410-762-6393 CCA, CHOPPER Z100A - A4A3A15 PART OF TRS-3D/16-ES RACK 4 MFR PART NUMBER- 54.2897.172.00 EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL -B-81705E W_AMENDMENT 1 DTD 02/08/2010. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM-D-3951-10 SFLC SP-PP&M-001 DTD 06/06/11 EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING: MIL-STD-129P W/CHANGE 4 SFLC SP-PP&M-001 DTD 06/06/11 BAR CODING REQUIRED, TO COMPLY WITH THE FOLLOWING: SFLC SP-PP&M-001 DTD 06/06/11 MFG NAME: AIRBUS DEFENSE AND SPACE, INC. PART_NBR: 54.2897.172.00 Quantity: THREE (3) Item: 4 NSN 6130 12-374-3665 POWER SUPPLY REPLENISHMENT: 416634 POC: 410-762-6393 TRANSMITTER CONTROL POWER SUPPLY- A3A10A2 PART OF TRS-ED/16-ES RACK 3 MFR P/N PART 54.1150.602.01 NSN 6130-12-374-3665 EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL -B-81705E W_AMENDMENT 1 DTD 02/08/2010. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM-D-3951-10 SFLC SP-PP&M-001 DTD 06/06/11 EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING: MIL-STD-129P W/CHANGE 4 SFLC SP-PP&M-001 DTD 06/06/11 BAR CODING REQUIRED, TO COMPLY WITH THE FOLLOWING: SFLC SP-PP&M-001 DTD 06/06/11 MFG NAME: AIRBUS DEFENSE AND SPACE, INC. PART_NBR: 54.1150.602.01 Quantity: TWO (2) Item: 5 NSN 5998 12-189-7332 CIRCUIT CARD ASSEMBLY REPLENISHMENT: 416634 POC: 410-762-6393 AD CONVERTER - A2A4A273 PART OF TRS-3D/16-ES RACK 2 MFR PART NUMBER- 54.2897.400.00 EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL -B-81705E W_AMENDMENT 1 DTD 02/08/2010. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM-D-3951-10 SFLC SP-PP&M-001 DTD 06/06/11 EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING: MIL-STD-129P W/CHANGE 4 SFLC SP-PP&M-001 DTD 06/06/11 BAR CODING REQUIRED, TO COMPLY WITH THE FOLLOWING: SFLC SP-PP&M-001 DTD 06/06/11 MFG NAME: AIRBUS DEFENSE AND SPACE, INC. PART_NBR: 54.2897.400.00 Quantity: SIX (6) Item: 6 NSN 4310 12-379-1874 PARTS KIT, COMPRESSOR REPLENISHMENT: 416634 POC: 410-762-6393 COMPRESSOR REPAIR KIT MAINTENANCE KIT- A5A21X01 PART OF TRS-3D/16-ES RACK 5 MFR PART NUMBER- 0260138 EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL -B-81705E W_AMENDMENT 1 DTD 02/08/2010. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM-D-3951-10 SFLC SP-PP&M-001 DTD 06/06/11 EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING: MIL-STD-129P W/CHANGE 4 SFLC SP-PP&M-001 DTD 06/06/11 BAR CODING REQUIRED, TO COMPLY WITH THE FOLLOWING: SFLC SP-PP&M-001 DTD 06/06/11 MFG NAME: AIRBUS DEFENSE AND SPACE, INC. PART_NBR: 0260138 Quantity: TWENTY (20)) The items are used on various US Coast Guard vessels. All items will be individually packaged IAW ASTM-D-3951 and each item to be individually 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. THIS IS A SOLE SOURCE REQUEST FOR QUOTE AND IT IS BELIEVED THAT THE OEM AIRBUS DEFENSE AND SPACE INC. IS THE ONLY COMPANY THAT CAN SUPPLY THE PROPER PARTS The Coast Guard does not possess the manufacturing and technical data to procure these parts from another vendor. The CG does not have the ability to certify another vendors aftermarket parts due to the lack of technical data available. Failure of these parts can lead to premature failure and damage which will seriously impact the cutters ability to perform its mission. No known source other than this vendor can provide an exact replacement. The assemblies and sub-assemblies for the TRS-3D are neither available in the open market nor are they on GSA Schedule. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-83 (02 Jul 2015) 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 334511 and 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 13.5. 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 Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is JULY 23, 2015 at _2:30_ 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 (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (11/25/13) 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 (Nov. 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (11/25/13). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Apr 2009)(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 (Mar 2012) (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 (Oct 2010) (29 U.S.C. 793); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); (SEP 2009); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(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/USCGELC/HSCG40-15-Q-RJ022/listing.html)
 
Place of Performance
Address: 2401 HAWKINS POINT RD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN03798605-W 20150717/150716000232-63d8220eafe0909385f120783a40be1a (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.