Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

59 -- RADIO AMPLIFIER - Purchase Description

Notice Date
7/20/2017
 
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) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG40-17-Q-40532
 
Archive Date
8/18/2017
 
Point of Contact
Corinne E. Janglee, Phone: 4107626411
 
E-Mail Address
Corinne.E.Janglee@uscg.mil
(Corinne.E.Janglee@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Packing Requirements Sole Source JOTFOC Purchase Description THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT /LRE PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO Corinne.E.Janglee@uscg.mil or FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS AUG 03, 2017, 1200pm EST. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined subpart 12.6, FAC 2005-74 (MAY 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 811310 small business size $7.0 million. 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. This notice is not set aside for small business. The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following: ITEM #1) 5996-01-581-0302 MFG: MILPOWER PART NUMBER: 34000-1 DESCRIPTIVE DATA: ABHP OVERALL LENGTH 23.750 INCHES NOMINAL ABKW OVERALL HEIGHT 3.500 INCHES NOMINAL ABMK OVERALL WIDTH 19.000 INCHES NOMINAL AFSU AVERAGE LIFE MEASUREMENT NOT RATED AGAV END ITEM IDENTIFICATION SRC SYSTEMS AGTA BASIC SHAPE STYLE RECTANGULAR OR SQUARE AKNA INCLOSURE TYPE ENCASED AMQY INSTALLATION DESIGN RACK BHSX CIRCUIT CONSTRUCTION TYPE SOLID STATE BHTB FREQUENCY PER CHANNEL 30.0 MEGAHERTZ MINIMUM OUTPUT CHANNEL AND 400.0 MEGAHERTZ MAXIMUM OUTPUT CHANNEL BJBQ OPERATING AC FREQUENCY IN HERTZ 60.0 NOMINAL SINGLE VOLTAGE BKFC EXTERNAL AC OPERATING VOLTAGE IN VOLTS 115.0 NOMINAL SINGLE VOLTAGE CRTL CRITICALITY CODE JUSTIFICATION AGAV FAAZ PHASE SINGLE SUPP SUPPLEMENTARY FEATURES WEIGHT = 47.0 LBS QTY: 01EA PRICE____________TOTAL_______________ REQUIRED DELIVERY DATE : 11/30/17 PROPOSED DELIVERY DATE: ALL QUOTES WILL BE CONSIDERED IF RECEIVED NLT 03 AUG 2017, 1200PM, EASTERN STANDARD TIME. PAYMENT TERMS______________SMALLBUSINESS___YES __NO___ *TIN NO:______________________________________________ (Must fill in this item at all times) *DUNS NO.: __________________________________ ACTIVE IN CENTRAL CONTRACTOR REGISTRATION (REQUIRED FOR AWARD - SEE (www.sam.gov )_______YES ________NO GSA CONTRACT?___YES __NO CONTRACT NUMBER:______________________ PART COVERED UNDER CONTRACT______________________ Note: FOB Destination pricing is preferred; however, if item quoted is not FOB Destination quotation must include as a separate line item the following: * Estimated shipping charge: tiny_mce_marker_________ (MUST BE INCLUDED if item is not FOB Destination) YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF MILPOWER AND PROVIDE WRITTEN DOCUMENTATION FROM MILPOWER Substitute parts are NOT acceptable. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Governments belief that only MILPOWER 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 require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from 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 *FOB Destination price to: RECEIVING ROOM BLDG #88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226 PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: INDIVIDUAL PACK & MARK EACH ITEM PER SP-PP&M-001 PACK EACH ITEM IN ITS OWN PROTECTIVE CONTAINER. 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 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). 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: 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755).; 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015).; 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).; 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).; 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).; 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).; 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).); 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 performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates 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 by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-17-Q-40532/listing.html)
 
Record
SN04588950-W 20170722/170720235736-cb8f88488f62bdf1f816e32ef9316fa0 (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.