Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

59 -- Electronics

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-04-Q-50086
 
Response Due
8/20/2004
 
Archive Date
9/4/2004
 
Point of Contact
Donna Scandaliato, Purchasing Agent, Phone 410/762-6444, Fax 410/762-6056, - Cecelia Whitehead, Contracting Officer, Phone 410-762-6495, Fax 410-762-6056,
 
E-Mail Address
dmscandaliato@elcbalt.uscg.mil, cwhitehead@elcbalt.uscg.mil
 
Description
The United States Coast Guard Engineering Logistics Center has a requirement for the following items: 001: Signal Generator; 2 to 20 GHZ + 10DBM; Model SMP02; Qty 1 ea. 002: Pulse Modulator for SMPO2; PN: SMP02-12: Qty 1 ea. 003: Pulse Generator for SMP02; PN: SMP02-14: Qty 1 ea. 004: RF Attenuator for SMP02; PN: SMP02-15: Qty 1 ea. 005: 5 Year Repair Service for SMPO2, PN: SMP02-R5: Qty 1 ea. 006: Spectrum Analyzer; Model # FSU26 20 Hz to 26.5 GHz: Qty 1 ea. 007: Electronic Attenuator for FSU26; PN: FSU26-B25: Qty 1 ea. 008: External Generator fro FSU26; PN: FSU26-B10: Qty 1 ea. 009: 100-Baset Lan Interface for FSU26; PN: FSU26-B16: Qty 1 ea. 010: Internal Preamplifier for FSU26; PN: FSU26-B23: Qty 1 ea. 011: 10 MHZ Aging for FSU26; PN: FSU26-B4: Qty 1 ea. 012: 5 Year Repair Service for FSU26; PN: FSU26-R5: Qty 1 ea. Manufacturer for all parts is Rohde & Shwarz and all items are Brand Name only. NOTE: NO DRAWINGS OR SPECIFICATIONS ARE AVAILABLE FROM THIS AGENCY. It is the Government?s belief that only Rohde & Schwarz and/or their authorized distributors can furnish the required part and ensure the proper, fit, form and function. Concerns having the expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. FOB Destination, delivery to USCG ELC, Warehouse Receiving Room Bldg. 88, 2401 Hawkins Point Road, Baltimore, MD 21226. Potential sources desiring to furnish other than Rohde & Schwarz parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirement. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Quotation shall include, proposed delivery in days, pricing for items individually packed, marked and bar coded, the company Tax Identification Number and Duns Number. Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003). Quotations shall be received no later than August 20, 2004. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. This solicitation and incorporated provisions and clauses are those in effect through FAR 2004. The NAICS code for this solicitation is 423610 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2003); 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JUNE 2004). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (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 Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The following clauses are incorporated as addenda to this solicitation: HSAR clause 3052.211-90 Bar Coding Requirements (DEC 2003), HSAR clause 3052.213-90 Evaluation Factor for Coast Guard performance of bar coding requirement (DEC 2003); 3052.211-90 Bar Coding Requirements and 3052.209-70 Prohibition on Contracts with Corporate Expatriates in all solicitations and contracts. Copies of HSAR clause may be obtained electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil.
 
Record
SN00642134-W 20040814/040812211552 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.