Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2002 FBO #0264
MODIFICATION

59 -- AN/SPS-73 Spare Parts Kits

Notice Date
8/21/2002
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG89-02-R-632014A
 
Response Due
8/30/2002
 
Point of Contact
Isabel Burge, Contract Specialist, Phone 510/437-5915, Fax 510/437-3014, - Janet Weaver, Supv Contract Specialist, Phone 510/437-3010, Fax 510/437-3014,
 
E-Mail Address
iburge@d11.uscg.mil, jweaver@d11.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13.5 Test Program for Certain Commercial Items, which authorizes the use of simplified acquisition procedures under FAR Part 12. This announcement constitutes the only Request for Proposal solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number DTCG89-02-R-632014 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 2002-07. This acquisition is unrestricted under NAICS Code 421690 and the business size standard is 100 employees. This requirement is for a firm fixed price contract for 10 each Spare Parts Kits, used on the SPS-73 RADAR system, which was modified and tailored for the Coast Guard by Raytheon. All kit components must be compatible with the AN/SPS-73 RADAR System and should be the brand name specified for the components. Each kit shall consist of the following items: 1 ea Buzzer, Mallory-Sonalert Products Inc #SC616N; 1 ea CCA, OSL SIU Distribution Offshore Systems Ltd #3-191407-020; 1 ea CCA, PCMCIA VME, Ramix Inc #RM235-N; 1 ea CCA Power, Synergy Microsystems Inc #CUS.VGM1-S420EBPUVXRX; 1 ea CCA, VME OSL SIU, Offshore Systems Ltd #3-191404-020; 1 ea Circuit Breaker, ALTEC Corp #15 040U; 1 ea Circuit Breaker, Airpax Corp LLC Power Protection Products Div #AP-16-1-65-1752; 1 ea Daughter Card Conn, Raytheon Co #1720993-3; 1 ea Disk Driver Unit, Raytheon Co #1722128-2; 1 ea Fan Tubaxial, Mechatronics Inc #E1225E12B; 1 ea Radio Frequency Filter, Crocom Inc #20VW1; 20 ea Fuse Cartridge, Littelfuse Inc #235005; 5 ea Midgett Fuse, Littelfuse Inc #KLKD1/2; 1 ea LED Lamp, Dialight Corp #585-4225; 1 ea Indicator Light, Dialight Corp #804-1710-333-504; 1 ea Power Supply (PS3), Furuno USA Inc #1724449-100; 1 ea VME Power Supply (Furno PS1) Conder DC Power Supplies Inc #TA18245; 1 ea Power Supply (Furno PS1), Furuno USA Inc #008-399-410(PTU-8179); 1 ea Resistor Fixed WW, Vishay Dale #RWR84S1002FR; 1 ea Resistor Fixed Wire, Vishay Dale #RH25-20-OHMS01PCT; 1 ea V Sensor Resistor,Harris Corp Semiconductor #V150LA20B; 1 ea V Sensor Resistor, Harris Corp semiconductor #V300LA40A; 1 ea Swithch Contac Blk, EOA Switch Corp #704-911.1; 1 ea Interlock Switch, Honeywell Inc #22AC97; 1 ea Thermal Switch, Selco Products Inc #CA-G4FHA150F30; 1 ea Toggle Switch, Eaton Aerospace LLC Power & Management Systems #8530K34; 1 ea Trackball, 3 SW flush button, Evergreen Avionics #100658A-1; 1 ea Magetron, Marconi Applied Technologies Inc #000-101-760(MG-5187F); 1 ea X-Band Seal Pedestal, Furuno USA Inc #RTR029-2; 1 ea CCA Interface, Raytheon Co #1720573-105. Raytheon is the original equipment manufacturer and is in possession of all required specifications/drawings. AWARD WILL BE MADE FOR COMPLETE KITS ONLY AND NOT FOR THE INDIVIDUAL PARTS. The kits must contain the brand name parts specified. Substitutions will not be accepted for the above listed items. All interested responsible sources may submit an offer, which will be considered by the Agency. Award will be based on the following evaluation factors: (1) Price (2) Past Performance with sub-factors (a) quality and (b) delivery. Past performance is equal to price. Offeror is required to identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirements. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror?s past performance. The offeror shall limit this information to no more than 3 contracts or contracts performed within the last 3 years. This information shall be provided in the following format: Contract Number; Procuring Contracting Activity, including name, and telephone number of POC. Substitutions will not be accepted for the above listed items. Proposals that are non-compliant with any of the requirements of this solicitation may be rejected without further consideration for award. All responsible sources may submit a proposal that will be considered by the Agency. Shipping and Delivery: Each kit shall be packaged separately in accordance with industry standards. All circuit cards within each kit are to be individually wrapped to prevent damage. All small pieces per kit will be packed together and larger items per kit (i.e., pedestal) will be palletized where applicable. Contractor shall deliver to the following locations: 5 each to MLCPAC (t), Attn: ETC Larry Joichin, Coast Guard Island, Bldg 54, Alameda, CA 94501-5100; 5 each to MLCLANT (te-2), Attn: CWO James Connell, 300 East Main St., Suite 7000, Norfolk, VA 23510. Delivery is to be FOB Destination within 5months after contract award as a desired delivery date and 9 months after contract award as a required delivery date. The following FAR provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offeror Representations and Certifications Commercial Items, all offerors are to include with their quote a completed copy of FAR 52.212-3. (Copies of FAR 52.212-3 are available upon request from the Contracting Officer or at www.acqnet.gov/far/current, FAR 52.212.4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following additional clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with alternate I (41 USC 253); 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999); 52.219-8 Utilization of Small Business Concerns (15 USC 637); 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantage Business Concerns (10 USC 2323); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-5 Trade Agreements (10USC 2501); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12772); 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (31 U.S.C. 3332). FAR 52.222-20 Walsh-Healy Public Contract Acts (Dec 1996). Offerors are due on 30 Aug 2002, 2:00p.m.local time. Offers should be mailed to Commander, Maintenance and Logistics Command Pacific, Bldg 54-A, Coast Guard Island, Alameda, CA 94501-5100, Attn: Isabel Burge. Offers may also fax proposals to Isabel Burge, FAX 510/437-3014 or e-mailed to iburge@dll.uscg.mil. Parties responding to this solicitation may submit their proposal in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) which must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery, the company's Dun & Bradstreet Number, and Taxpayer ID number, 2) solicitation number 3) name and address, point of contact and telephone number of the offeror; 4) terms of any expressed warranty; (5) price and discount terms; (6) a complete copy of representations and certifications; (7) information to allow the Contracting Officer to evaluate the offeror?s past performance qualifications. Only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and considered for future discussions and/or award. 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.
 
Place of Performance
Address: MLCPAC (fcp-2), Coast Guard Island, Bldg 54A, Alameda, CA 94501-5100
 
Record
SN00146621-W 20020823/020821213353 (fbodaily.com)
 
Source
FedBizOpps.gov 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.