Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

61 -- Ultra Maxx Battery Chargers

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Proc Building 79, 75, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-06-Q-500027
 
Response Due
8/7/2006
 
Archive Date
8/22/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written document will not be issued. HSCG38-06-Q-500027 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-11. The applicable NAICS number is 334999 and the small business size standard is 500 employees. This is an unrestricted procurement. The purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The U.S. Coast Guard intends to negotiate and award a Firm Fixed Price purchase order on a sole source basis to Ametek Inc. (Cage Code 49FX4) for the purchase of the following items to be delivered to multiple USCG Air Stations: Item 1: Ultra Maxx Battery Charger with 35 foot output cable, Model 555T3-40UM, Quantity 11 Each (see delivery addresses); Item 2: Ultra Maxx Wall Bracket Kit, PN# 390850-002, Quantity 11 Each (see delivery schedule).2-00, TGB Drain Line, Quantity 11 EA. Equipment must be new material. Used, reconditioned, overhauled, or remanufactured material is not acceptable. The US Coast Guard does not own, or have data rights for this equipment and cannot provide drawings, or technical data requirements. Packaging, Packing, and Preservation shall be in accordance with best commercial practices to enable shipment to destinations. All items shall be individually packaged and labeled. Labeling shall include the appropriate Part Number, Nomenclature, Purchase Order Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Internal packing material shall be sufficient to prevent damage during shipment, handling, and storage. Bar coding is not required. Desired Delivery date is to all delivery locations is 28 August 2006. DELIVERY ADDRESSES: Delivery shall be made to USCG Air Stations as follows for both Item 1 and Item 2: a) USCG Air Station Los Angeles, 7159 World Way West, Los Angeles, CA 90045 ? Quantity of 2 each Item 1 and Item 2; b) USCG Air Station Humboldt Bay, 1001 Lycoming Way, McKinleyville, Ca 95519 ? Quantity of 2 each Item 1 and Item 2; c) USCG Air Station Sacramento, 6037 Price Avenue, Bldg 1106, McClellan AFB, CA 95652 ? Quantity 2 each Item 1 and Item 2; d) USCG Air Station, San Francisco International Airport, Bldg 1020, San Francisco CA 94128 ? Quantity 2 each Item 1 and Item 2: e) USCG Air Station Washington, National Airport Hangar 6, Washington, DC 20001 ? Quantity 3 each Item 1 and Item 2. Inspection and acceptance of equipment shall be performed at destination by Receiving personnel for count and condition only. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (JAN 2006). The Closing Date and Time for receipt of quotes is 7 August 2006, 3:00 p.m. EDST. Facsimile or email quotes are acceptable and may be faxed to (252) 334-5242 or emailed to Denise.P.Hall@uscg.mil. Quotes may be F.o.b. Destination (preferred) or F.o.b. Origin, freight prepaid. F.o.b. Origin, Freight Prepaid quotes must include shipping prices for the purpose of evaluating quotes to determine lowest overall cost to the Government. Be advised that a purchase order issued with F.o.b. Origin, Freight Prepaid shipping terms shall require the contractor to prepay all freight charges to the delivery locations specified in this solicitation. The Government will reimburse the contractor for shipping costs provided the shipping charge is listed separately on the corresponding invoice and if shipping charges are over $100, the invoice is accompanied by a copy of the freight bill. All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers and be registered with CCR. FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) award will be made to lowest priced offer including total shipping costs. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2006). Offerors shall include a completed copy of this provision of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to Denise.P.Hall@uscg.mil or by calling the agency. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, the offeror shall complete only paragraph (j) of this provision. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005) with the following addenda: FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.211-17, FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (APR 1984), FAR 52.252-1 Solicitation Provisions Incorporated by reference (FEB 1998) and FAR 52.252-2 Clauses Incorporated by reference (FEB 1998). Full text may be accessed electronically at internet address www.arnet.gov/far. Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (DEC 2003) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2006)(a)(b), FAR 52.222-3 Convict Labor (JUNE 2003)(E.O. 11755), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006)(E.O. 13126), FAR 52.222-21 Prohibition off Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212, FAR 52.225-3 Buy American Act-Free Trade Agreement-Israeli Trade Act (Jun 2006)(41 U.S.C 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, PL 108-77, 108-78, 108-286) and109-53 Alternate I (Jan 2004) of 52.225-3, FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332).
 
Record
SN01102866-W 20060803/060801220355 (fbodaily.com)
 
Source
FedBizOpps 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.