Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2005 FBO #1160
SOLICITATION NOTICE

T -- electronic navigational charts

Notice Date
1/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-05-Q-2105JENS05003
 
Response Due
2/15/2005
 
Archive Date
3/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. This solicitation is issued as a Request for Quote (RFQ) number HSCG44-05-JENS05003. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This acquisition is a 100% set-aside for small business. The North American Industry Classification System (NAICS) is 33451 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing). The SBA size standard in number of employees is 750. Small business firms interested in proposing on this requirement must respond in writing no later than 15 days from the date of this publication. Small business forms must provide a system that will perform within the same parameters as the specified equipment. The USCG intends to purchase on a non-competitive basis with MAPTECH INDUSTRIES of Aimesbury, MA for Raster Navigational Charts with bi-annual on-line updates and Professional Series Echarts Electronic Navigational Charts. This requirement is for BSB Charts. It is necessary for the performance of US Coast Guard Cutters missions to navigate in Canadian waterways. Regulations require cutters use up-to-date electronic navigational charts whose source is from an official hydrographic organization when navigating with Electronic Integrated Navigation systems (ECINS). This proposed action is for supplies for which the Government intends to solicit and negotiate with only one (1) source under the authority of the FAR Subpart 6.302. This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order based upon responses to this notice received would be considered, solely for the purposed purchase based upon responses to this notice received would be considered, solely for the purpose of determining whether to conduct a competitive procurement. The electronic charts will be delivered to various coastal Coast Guard Cutters nationwide, one support facility and one training facility. The provisions at 52.212-1 instructions to Offers-Commercial and 52.212-4 Contract Terms and Conditions-Commercial Items apply to this acquisition. Clauses 52.212-5 Contract Terms and conditions required to implement Statues or Executive Orders-Commercial items, applies to this acquisition and a statement regarding which, if any of the additional FAR clauses cited in the clause are applicable to the acquisition, including the following FAR clauses incorporated by reference: 52.225-3 Items (Jan 2005)(1). The government will award a contract resulting from this solicitation to the responsible bidder quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers price and technical (products literature). The procurement is being conducted under simplified acquisition procedures. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc. but must include the following information: (1) Companies complete mailing and remittance address; (2) Dun & Bradstreet number (DUNS); (3) Taxpayer ID number (TIN); (4) Representations and Certifications and (5) Catalog or literature showing that the offered items meet all the above requirements. Responses to this solicitation may be fax to C. Houck (757) 686-4018, mailed to the Contracting Officer, USCG, C2CEN 4000 Coast Guard Blvd. Portsmouth, VA23703. Quotes are due 15 February 2005 at 3:00pm (EST). All questions are to be faxed to (757)686-4018 or emailed to CHOUCK@C2CEN.USCG.MIL. Telephone requests will NOT BE accepted. Note 1 & 22 applies.
 
Place of Performance
Address: Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA,,
Zip Code: 23703-2199
Country: USA
 
Record
SN00741059-W 20050129/050127211522 (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.