Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

99 -- Running Gear Entanglement System

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-05-Q-DCM136
 
Response Due
8/18/2005
 
Archive Date
9/1/2005
 
Description
DESCRIPTION: The U.S. Coast Guard intends to PROCURE A PORTABLE RUNNING GEAR ENTANGLEMENT SYSTEM(RGES). The system must be shoulder launched and able to fire at least 100 feet of line using compressed air. The minimum requirement is for the system to be portable and fired by one person. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a(n) Unrestricted basis . SCOPE: . HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 3:00 PM, ET, AUG 17 2005. Cost Proposal: provide Firm Fixed-Price. Offerors must submit an original and two copies of the proposal to Baptistia Albino, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Balbino@comdt.uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 00), 52.212-4 (Aug 00), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Jun 2003). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 PM ET, AUG 15, 2005. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Place of Performance
Address: USCG HEADQUARTERS, 2100 2ND STREET SW, WASHINGTON, DC
Zip Code: 20593
Country: USA
 
Record
SN00867892-W 20050813/050811211552 (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.