Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

70 -- DISPLAY UNITS - PACKAGING REQUIREMENTS

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
HSCG40-17-Q-40372
 
Archive Date
5/26/2017
 
Point of Contact
Graylin C. Harris, Phone: 4107626502
 
E-Mail Address
Graylin.C.Harris@uscg.mil
(Graylin.C.Harris@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PACKAGING REQUIREMENTS FOR ITEMS. THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO Graylin.c.harris@uscg.mil. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-74(MAY 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 811310 and the Small Business Size Standard is 500. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1 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 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 05/11/2017. 1200pm Eastern Standard Time. THIS IS A BRAND NAME MANDATORY REQUIREMENT Item 1: NSN: 7025-25-160-5612, DISPLAY UNIT PART NUMBER: JH 15T17 MMD-AA1-AAAA MFG NAME: HATTELAND JACOB DISPLAY A/S DESCRIPTION DATA: HATTELAND 15" SERIES 1 MARITIME MULTI DISPLAY WITH THE FOLLOWING CHARACTERISTICS: IEC 60945 CERTIFIED (INTERATIONAL ELECTROTECHNICAL COMMISION STANDARD) 1024 X 768 RESOLUTION AUTO DETECT VIDEO INPUT FROM VGA (640X480) TO WUXGA (1920X1200) 1 VGA D-SUB CONNECTOR 1 USB PORT 1 DVI-I PORT BUILT IN SPEAKER TOUCH SCREEN CAPABLE NO BUILT IN TV TUNER NO BUILT IN CAMERA A/C POWER OUTLET TO SUPPLY POWER TO EXTERNAL DEVICES (5 AMPS MAX) MUST BE HATTELAND PART NUMBER JH 15T17MMD-AA1-AAAA; SUBSTITUTES NOT ACCEPTABLE. A LIST OF AUTHORIZED HATTELAND DEALERS IS LOCATED AT : HTTP://WWW.HATTELAND-DISPLAY.COM/WORLDWIDE_SERVICE_PARTNERS.PHP NOTE: THE -AAAA SUFFIX IN THIS PART NUMBER IS VALID EVEN THOUGH ONLY THE -AABA SUFFIX MAY APPEAR ON VENDORS PRICE LISTS. SINCE THE GOVERNMENT REQUIRES THE -AAAA VERSION, THE VENDOR SHOULD CONTACT HATTELAND WORLD HEADQUARTERS IN NORWAY IF VERIFICATION IS NEEDED THAT SUPPLIES ARE AVAILABLE. OEM IS: HATTELAND JACOB DISPLAY A/S NEDRE VATS 5578 AAMSOSEN NORWAY BAR CODE IN ACCORDANCE WITH SFLC SPEC D-000-0100. Quantity: 40 Delivery on or before: 10/29/2017 Proposed Delivery Date:___________________ SHIP TO: US Coast Guard SFLC Receiving Room- BLDG 88 2401 Hawkins Point Road Baltimore, MD 21226 DUNS: TIN: The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-code in accordance with Coast Guard specification SP-PP&M-001 REV'D. 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. It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation. 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 (Jan 2017) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017) 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 https://www.acquisition.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26, Equal Opportunity (SEPT 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). The Contractor is responsible for the accuracy and completeness of the data within the SAM database and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through: https://www.acquisition.gov or be calling 866-606-8220, or 334-206-7828 for international calls.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-40372/listing.html)
 
Record
SN04487154-W 20170428/170427000206-cd1da5bc68d35cee5a063842e2975b47 (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  © 1994-2020, Loren Data Corp.