Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

66 -- Display, control unit

Notice Date
5/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-08-Q-2HB215
 
Archive Date
6/18/2008
 
Point of Contact
Keith A Wakefield,, Phone: 410-762-6220, Florence D. Harwood,, Phone: 410-762-6455
 
E-Mail Address
keith.m.wakefield@uscg.mil, florence.m.harwood@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center has a requirement for the following: Display, control unit, Manufacturer: L-3 Communications Corp., Part number AISA100090, NSN: 6610 01-536-2446, quantity 5 each. Destination: FOB 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 these items to: L-3 Communications Corp., or one of its Authorized Distributors. It is the Government's belief that only L-3 Communications, 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 L-3 Communications parts 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 requirement. 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 5 June 2008. 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 and HSAM 3006.302-1. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-25(May 2008). 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 334511 and the small business size standard is 750. 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 (Apr 2008). 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 (May 2008) 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 (Apr 2008). The following clauses listed in 52.212-5 are incorporated: 52.219-28 Post Award Small Business Program ReRepresentation (Jun 2007); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793);52.222-50 Combatting Trafficking in Persons (Aug 2007);52.225-1 Buy America Act-Supplier (Jun 2003); 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/
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=029d077cda85d5cf92fc7edbbeef8761&tab=core&_cview=1)
 
Record
SN01583342-W 20080531/080529222651-029d077cda85d5cf92fc7edbbeef8761 (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.