Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2004 FBO #1004
SOLICITATION NOTICE

20 -- MPV-LED Ice Buoy Lanterns

Notice Date
8/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-04-R-E43011
 
Response Due
9/7/2004
 
Archive Date
9/22/2004
 
Point of Contact
Diane Bethea, Contract Specialist, Phone 202-267-0814, Fax 202-2674019, - Brenda Peterson, Contracting Officer, Phone (202) 267-6906, Fax (202) 267-4019,
 
E-Mail Address
dbethea@comdt.uscg.mil, bpeterson@comdt.uscg.mil
 
Description
SYNOPSIS AND SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, 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 Request for Quotation (RFQ) number is HSCG23-04-R-E43011 and incorporates provisions and clauses through FAC Number 2001-24. NAICS code is 335129. The U. S. Coast Guard (USCG) has a requirement for 230 Light Emitting Diode (LED) Lanterns (115 each MPV-LED, Red, 6 degrees and 115 each MPV-LED, Green, 6 degrees) suitable for use on 7x20 Ice buoys capable of submerging under ice. The Sabik MVP-LED has been identified as a product suitable for installation on these buoys. NSN0000-XFC-15-1587 ? MVP-LED Lantern, Red and NSN000-XFC-15-1588-MPV-LED Lantern, Green have been identified as being robust enough to withstand continuous submergence beneath the ice. Required delivery of the MVP-LED Ice Buoy Lanterns is 90 days after award date. Delivery Address: Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Bldg. 88, Baltimore, MD 21226-5000. Shipping shall be F.O.B. Destination. The USCG intends to solicit on a noncompetitive basis, Light Wave Options, 6 Maple Wood Circle, Brockville, ON K6V 1-N4 Canada, the authorized North American Distributor for the Lanterns identified above. The statutory authority for other than full and open competition is 10 USC 304c (1) implemented by Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. However, if your firm believes it could accomplish this effort in the requested time frame, indicate this interest and submit a qualification package not to exceed 10 pages explaining your capabilities to the above listed point of contact no later than five days after the date of notice. Oral communications are not acceptable. Facsimile number is (202) 267-4025. All responsible sources will be considered for evaluating the determination to issue a sole source contract. The following FAR provisions apply: FAR 52.212-1, Instructions to Offerors ? Commercial Items (JAN 2004); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); FAR 52.212-4 (OCT 2003), Contract Terms and Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive orders ? Commercial Items (JUN 2004), (a), (b)(1) (Alt I), (b)(14), (b)(15), (b)(16), (b)(17), (b)(18), (b)(19), (b)(20), (b)(30), (d) and (e). Quotes shall include a completed copy of the certifications at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2004). The full text of the Clauses may be accessed electronically at Internet address http://www.arnet.gov/far. The contract will be awarded to the lowest priced technically acceptable offeror. Proposals must be received by 2:00 PM EST on September 7, 2004 and should be mailed to Ms. Diane Bethea at the above address, e-mailed to dbethea@comdt.uscg.mil, or faxed to 202-267-4025, Attn: Diane Bethea. Your proposal, if mailed, shall consist of a total of 3 copies (1 original and 2 copies). See numbered notes 22 and 26.
 
Record
SN00650147-W 20040826/040825041625 (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.