|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592Commander (FCP), USCG MLC (Pacific), Finance Division, Coast Guard
Island, Alameda, CA 94501-5100 58 -- HIGH POWER TRANSMITTING MULTICOUPLER SOL DTCG89-00-Q-632031 DUE
051900 POC Ms Terry Craft (510) 437-3004, FAX (510) 437-3014 E-MAIL:
Please click here to contact the above Contracting,
tcraft@d11.uscg.mil. This is a combined synopsis/solicitation for
commercial item prepared in accordance with the format in Subpart 12.6,
as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation; proposals are
being requested and a written solicitation WILL NOT be issued. The
Request for Quotation number is DTCG89-00-Q-632031 and incorporates
provisions and clauses in effect through Federal Acquisition Circular
97-15. This acquisition is unrestricted. The SIC Code is 3663. The
small business sized standard is 750 Employees. The contract type will
be a firm fixed price purchase order. The Government proposes to
solicit quotes for the following brand name or equal item: Quantity
One(1) Each Manufacturer: Andrew Canada, Inc., Part number: 115303-XXX
Model 520G-Series, High Power transmitting multicoupler or equal Item
offered must meet the following salient characteristics of this item.
Frequency Range: 2-30 MHz, Rejection band frequency range: 3.30-4.03
MHz maximum, Number of channels (Inputs):2, Power rating per channel:
10 kW avg, 20 kW PEP minimum, Channel isolation; 30 dB minimum, Input
VSWR: 2:1 maximum, Maximum load VSWR: 3:1 maximum, Input and output
impedance: 50 ohms nominal, Input connectors: 1 5/8in EIA flange,
Output connector: 3 1/8in EIA flange, Maximum allowable dimensions:
30in width x 36in length x 18.5in height. All connectors shall be
located on sides defined by width and height dimensions not to exceed
30in x 18.5in Ambient Air temperature: 4 to 27 degrees Celsius,
Cooling: ambient air-cooling using natural convection airflow only.
Note: Offerors offering other than brand name item identified herein
shall furnish with their offers adequate information to ensure that a
determination can be made as to the equality of the product offered.
SHIPPING/DELIVERY: Item to be delivered to Bolinas, CA 94924. AWARD:
This purchase will be based on the following criteria: Lowest price for
item that meets or exceeds specifications. CLAUSES: The following FAR
provisions apply to this acquisition: FAR 52.212-1 Instruction to
Offers Commercial Items, FAR 52.212-3 Offeror Representatives and
Certifications and Certifications Commercial Items, all offerors are to
include with their offer a completed copy of FAR 52.213-3, FAR
52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5
Contract Terms and Conditions required to Implement Statutes or
Executive Orders Commercial Items. The following clauses cited in FAR
52.212-5 are applicable to this acquisition; FAR 52.222-21, Prohibition
of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O.
11246), FAR 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action
for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37,
Employment Reports on Special Disable Veterans and Veterans of Vietnam
Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act Balance of
Payments Program Supplies (41.U.S.C. 10a-10d), Addendum to FAR Clause
52.212-5, FAR 52.211-6 Brand Name or Equal. TAR 48 CFR 1252.211-70,
Brand Name or Equal Offering on: ____________, Manufacturer's Name:
___________________, Brand: _________________________________, No.:
_____________________. The full text of clauses is available from the
Contracting Officer or may be accessed electronically at:
http://www.arnet.gov/far. Offers are due on May 19, 2000, by 5:00pm
local time. Offers shall be mailed to Commander, Maintenance and
Logistics Command Pacific (fcp-4), Bldg. 54-A, Coast Guard Island,
Alameda, California 94501-5100, Attn: Ms Terry Craft or faxed to (510)
437-3014, Attn: Ms Terry Craft. Offers must provide as a minimum: (1)
solicitation number; (2) specifications for item being offered (3)
name and address, point of contact and telephone number of the offeror;
(4) price and discount terms. The following notice is for informational
purposes: Minority, Women-owned, and Disadvantaged Business Enterprises
(DBEs). The Department of Transportation (DOT), Short-Term Lending
Program (STLP) offers working capital financing in the form of lines of
credit to finance accounts receivable for transportation related
contracts. Maximum line of credit of $500,000 with interest at the
prime rate. For further information and application forms concerning
STLP, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
Posted 05/01/00 (W-SN450218). (0122) Loren Data Corp. http://www.ld.com (SYN# 0187 20000503\58-0007.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|