Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

66 -- BASIC T1 TESTER

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, 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
DTCG89-03-Q-QTZJ63
 
Response Due
6/12/2003
 
Archive Date
6/27/2003
 
Point of Contact
Terry Craft, Purchasing Agent, Phone 510/437-3004, Fax 510/437-3014, - Gayla Flucas, Contracting Officer, Phone 510/437-2735, Fax 510/437-3014,
 
E-Mail Address
tcraft@d11.uscg.mil, gflucas@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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 DTCG89-03-Q-QTZJ63 and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-13. This acquisition is set-aside 100% small business. The NAICS is 334515. The small business sized standard is 500 Employees. The contract type will be a firm fixed price purchase order. The Government proposes to solicit quotes for the following items and quantities: Quantity: Thirty-two(32) Each-Item: Sunset MTT Basic T1 Tester or equal with the following plug-in modules: SSxDSL-8, SWxDSL-8DL, SWxDSL-8PM, SWxDSL-8PR, carrying case and rubber holster. If offering a substitute, item must meet or exceed the following: Basic T1 CSU/NIU LoopBack Testing, Fractional T1 and full duplex drop and insert for talk/listen, CSU/NIU Emulation, Bit Error Rate Test (BERT), ESF and SLC-96 Data Link, Pulse Mark Analysis, ISDN PRI Call Setup and Monitor, Tester should have Carrying Case, Holster, Test Leads, Rechargeable Internal NimH Battery, Universal Charger, power cord, User Manual. 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 quality of the product offered. SHIPPING/DELIVERY: Items to be delivered to Petaluma, CA 94952 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.: _____________________. FAR 52.204-6 Data Universal Numbering Systems (DUNS) Number. 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 June 12, 2003, 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, faxed to (510) 437-3014, Attn: Ms Terry Craft, or emailed to tcraft@d11.uscg.mil. Offers must provide as a minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) 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. See note (1).
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/FCPMLCP/DTCG89-03-Q-QTZJ63/listing.html)
 
Place of Performance
Address: Petaluma, CA
Zip Code: 94952
 
Record
SN00341356-F 20030607/030605214322 (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.