Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOLICITATION NOTICE

63 -- ALARM DEVICES (MONITORING UNITS)

Notice Date
4/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54C, Alameda, CA, 94501-5100, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-2107997662040
 
Response Due
4/16/2007
 
Archive Date
5/4/2007
 
Point of Contact
Donna O'Neal, Purchasing Agent, Phone 510/437-3002, Fax 510/437-3014,
 
E-Mail Address
Donna.J.ONeal@uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 2.6, 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. The Request for Quotation number is HSCG89-07-Q-662040 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-16. This acquisition is unrestricted under NAICS Code 561621. The contract type will be firm fixed price. The Government proposes to solicit quotes for the following items: Provide (1) 4 ea IMS Host, P/N IMS-4001; (2) 44 ea IMS-4000 Node, P/N IMS-4002; (3) 50 ea External Power Sensor, P/N IMS-4840; (4) 100 ea Dry Contact Bridge, P/N 4850; (5) 40 ea 4-2ma Bridge, P/N IMS-4851; (6) 50 ea Door Switch, P/N IMS-4860; and (7) 50 ea Room Temperature w/display, P/N IMS-4811. All items are manufactured by Phonetics, (Sensaphone.Inc.) Proposals should include freight to CG ESU Seattle, 1519 Alaskan Way South, Seattle, WA 98134. The following FAR provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offeror Representations and Certifications Commercial Items, all offerors are to include with their quote a completed copy of FAR 52.212-3. (Copies of FAR 52.212-3 are available upon request from the Contracting Officer or on the World Wide Web at http://www.arnet.gov/far/97-03/html/52_000.html. FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644), 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub L. 103-355, section 7102, and 10 USC 2323). 52.219-26, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 2000) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2004)(E.O. 13126); 52.225-1, Buy American Act-Supplies (June 2003)(41 U.S.C. 10a - 10d); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); Offerors are due NLT 11 September 2006. Offers should be mailed to Commander, Maintenance and Logistics Command Pacific, Bldg 54C, Coast Guard Island, Alameda, CA 94501-5100, Attn: Donna O?Neal. Offers must provide as a minimum: (1) solicitation number (2) name and address, point of contact and telephone number of the offeror; (3) terms of any expressed warranty; (4) price and discount terms; (5) a complete copy of representations and certifications. (6) sufficient technical literature and description to allow the Contracting Officer to evaluate conformance with the technical requirements.
 
Place of Performance
Address: 1519 Alaskan Way South, Seattle, WA
Zip Code: 98134-1192
Country: UNITED STATES
 
Record
SN01269195-W 20070411/070409220225 (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.