Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

62 -- Lamps, Incandescent 1000 watt

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-07-Q-20062
 
Response Due
8/13/2007
 
Archive Date
8/28/2007
 
Description
The USCG Engineering Logistics Center has a requirement for the following: Lamp, Incandescent, 120 volt, 1000 watt, quartz-halogen lamp, General Electric Part Number Q1000T20BP120V, NSN 6240 00-905-7512, quantity 275 each. FOB Destination Baltimore, MD 21226 NOTE: NO DRAWINGS OR SPECIFICATIONS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order will be issued for this item to: General Electric Inc. or one of its Authorized Distributors. It is the Government's belief that only General Electric, the original equipment manufacturer, or one of its Authorized Distributors can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than General Electric equipment are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. The submission of this data for review shall not impede award of this contract. The Coast Guard does not intend to pay for information solicited. The anticipated Award Date for this procurement is 13 August 2007. This is a combined Synopsis/Solicitation for Commercial Items and is issued in accordance with the format in subpart 12.6 of the FAR, as supplemented with additional information included in this notice and pursuant to FAR Part 6.302-1, HSAM 3006.302-1 and FAC no. 2005-16. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Quotation shall include, proposed delivery in days, pricing for item(s) individually preserved, packed, marked and bar-coded (packing and barcoding specifications are available upon request.), the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 335122 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006). 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors -(Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAR 2007). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793).52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.225-1, Buy American Act?Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13,Restrictions 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).; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov <http://www.dhs.gov/> . See numbered Notes 12 and 22.
 
Record
SN01328922-W 20070629/070627220527 (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.