Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

20 -- Entanglement Devices (marine equipment)

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG2307QDOT094
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number is HSCG23-07-Q-DOT094 and it is being issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. There is no set aside. The NAICS code is 332999 and the small business size standard is $6.5 million. The U.S. Coast Guard (USCG) intends to award a single firm fixed price contract for non-lethal entanglement devices (to foul the propellers of unauthorized vessels attempting to approach restricted areas) and associated components. FOB is destination. Delivery and acceptance shall be at USCG Headquarters, Washington, DC 20593-0001 within 30 days of the contract date. Questions regarding this solicitation should be submitted to james.f.ferguson2@uscg.mil by September 4, 2007. Answers will be posted by amendment to this combined synopsis/solicitation. *** The Contractor shall provide an entanglement device system that is non-pyrotechnic and intrinsically safe. The entanglement device system shall contain a launcher and payload. The launcher must be hand-held or shoulder-fired or both. The system must be capable of being loaded and launched in 30 seconds or less. The system shall include a payload that can stop a vessel outfitted with twin outboard engines (each at least 250 horsepower). The launcher must have an attached container to hold the payload. The projectile and payload must be re-useable. The projectile must travel at least 25 yards from the launcher with the attached payload. The payload, tether-line, and projectile must be retrievable (must not sink). CLIN0001: Quantity: 52 / Unit: Entanglement System Each unit shall include 1 launcher, 2 payloads with tether-lines, 2 projectiles, 2 payload containers, 1 filler hose assembly, and 1 carrying bag. CLIN0002: Quantity: 18 / Unit: Payload with tether-line CLIN0003: Quantity: 52 / Unit: System for fueling, filling, or charging CLIN0004: Quantity: 52 / Unit: Adapter for alternate fueling, filling, or charging Offerors shall submit unit price and warranty information for each of the above line items. *** FAR provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors shall read and follow the directions given in provision 52.212-1, particularly the submission of past performance information pursuant to 52.212-1(b)(10). Each quote shall cite at least one recent and relevant contract for the same or similar items. Include an e-mail address for each point of contact cited for past performance. In accordance with 52.212-2, Evaluation-Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the best value to the Government, price and other factors considered. The following factors (listed in descending order of importance) shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price, (iii) past performance. Technical and past performance, when combined, is more importance than price. (b) There are no options. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Provisions and clauses pertaining to this solicitation are available at www.arnet.gov. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, Alt I, with their proposals. The following terms and conditions of FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply: (a)(1) Protest After Award; (a)(2) Applicable Law for Breach of Contract Claim; (b)(1) Restrictions on Subcontractor Sales to Government; (b)(7) Utilization of Small Business Concerns; (b)(14) Convict Labor; (b)(16) Prohibition of Segregated Facilities; (b)(17) Equal Opportunity; (b)(19) Affirmative Action for Workers with Disabilities; (b)(31) Payment by Electronic Transfer; (d) Comptroller Examination of Record; and (e) Flow Down of Clauses. The above clause will be incorporated in the contract in full text. The following FAR clauses will be incorporated by reference: 52.212-1, 52.212-3, 52.212-4, and 52.225-13. *** Quotes are due no later than 2:00 p.m. (EDT) on September 7, 2007. If your offer is being submitted by regular mail, use the following address: Commandant (CG-9122) USCG Headquarters, 2100 Second St, SW, Washington, DC 20593-0001, Attention: Mr. James Ferguson. If you are submitting your offer via express mail or courier, use the following address: Commandant (CG-9122), m/s 11-0631, USCG Headquarters, 1900 Half St, SW, Washington, DC 20024. If the offer is less than 20 pages, offerors may submit electronically to james.f.ferguson2@uscg.mil. It is the policy of the USCG to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a USCG solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should then contact the USCG Solicitation Ombudsman at the following address: Commandant (CG-913)/U.S. Coast Guard/2100 Second St, SW/Washington, DC/20593/Ph: (202) 372-3692, Fax: (202) 475-3904. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date.
 
Place of Performance
Address: Commandant (CG-9122), U.S. Coast Guard Headquarters, 1900 Half St SW, m/s 11-0631, Washington, DC
Zip Code: 20024
Country: UNITED STATES
 
Record
SN01390409-W 20070901/070830220632 (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.