Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2008 FBO #2426
SOLICITATION NOTICE

58 -- Converter, Frequency

Notice Date
7/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221122 — Electric Power Distribution
 
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-50887
 
Response Due
7/18/2008
 
Archive Date
8/2/2008
 
Point of Contact
Patricia R. Johnson,, Phone: 410-762-6493, Nancy D Dean,, Phone: 410-762-6461
 
E-Mail Address
patricia.r.johnson@uscg.mil, nancy.m.dean@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The USCG Engineering Logistic Center has a requirement for the following: NSN: 5895-01-lg9-1546, CONVERTER, FREQUENCY, 12.5 KVA, 120/208 Vac, 3 ph, 400 hz output, vertical system, solid state, input: 18 EVA, 440 Vac, 3 PH, 60 hz, 4- wire grounded neutral on the output, operating ambient temp. range-40 to + 131 degree f. 68 DB. max.audible noise level, nema-12 enclosure, digital monitor 4 x 20 character backlit LCD displays: Voltage amperage, frequency iperating parameters & diagnostics, 16 key matrix keypad menu selection, overload, short circuit, over & under voltage protection per mil-std-704E, meters elapsed time; Access door interlock immediate shutdown, max. size 48" height x 44" width x 24" dept; Note: FXC Part NO. PFC010-V-40-FN or Equal. 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. 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) of the manufacturer parts. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirement. 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 impeded award of this contract. The Coast Guard does not intend to pay for information solicited. The anticipated award date for this procurement is 07/18/08. 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 HSAM3006.302-1. This announcement constitutes the only solicitation; quotes in the only solicitation being requested and a written solicitation will not be issued. Quotations shall included, proposed delivery in days, pricing for items individually packed, marked and bar coded, and the company’s Tax Identification number and Duns Number. Quotations shall be received no later than 07/18/08, 2:30 pm. Award will be based on Price and Price related factors. All responsible sources may submit a quotation, which if timely received shall be considered by this agency This is a commercial acquisition subject to the evaluation process outlined in FAR 13.106. Quotation shall include, proposed delivery in days, pricing for items individually packed, marked and bar coded, “as noted below,” the company Tax Identification Number and Duns Number. Offerors or must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003). Quotations shall be received no later than February 1, 2008, All responsible sources may submit a quotation, which if timely received shall be considered by this agency. Award will be based on Price and Performance Date. This solicitation and incorporated provisions and clauses are that in effect through Federal Acquisition Circular (FAC) FAC-2001-26, and FAR subpart 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 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 (OCT 2003); 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JUNE 2004). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4f0b3822c02002757370cf65ae3db732&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's Location, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01615654-W 20080718/080716221652-205be2a159373ac6c67cc1478ca40710 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.