Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

58 -- Purchase of HFCommunications Equipment

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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-R-20049-REV1
 
Archive Date
9/25/2008
 
Point of Contact
Florence D. Harwood,, Phone: 410-762-6455
 
E-Mail Address
florence.m.harwood@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
**THE SOURCES SOUGHT ANNOUNCEMENT FOR THIS SOLICITATION WAS POSTED UNDER HSCG40-08-R-20048 ON 8/22/08.** This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice and pursuant to FAR Part 6.302-1 and HSAM 3006.302-1. The Solicitation Number is HSCG40-08-R-20049. This announcement constitutes the solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26 and as supplemented with additional information included in this notice and FAR Part 6.302.1. Quotations are being requested; a written solicitation package WILL NOT be issued. The NAICS for this combined synopsis/solicitation is 334220 and the small business size standard is 750 employees. The U.S. Coast Guard ELC has a Brand Name requirement to purchase the following : 1. NSN 5820-01-500-4007, Driver Module, Thales Communications Part Number 700134-705-002 only, qty 8 each. 2. NSN 6130-01-500-4014, Power Supply, Thales Comm. P/N 700139-536-002 only, qty 6 each. 3. NSN 5895-01-563-8012, Communications Modem, Thales Comm. P/N 799075-000-001 only, qty 3 each. 4. NSN 5895-01-515-8456, Computer SubAssy, Thales Comm. P/N 700137-536-001 only, 10 each. 5. NSN 5985-01-535-6264, Coupler, Antenna, Thales Comm. P/N 798013-000-001 only, qty 2 each. 6. NSN 5998-01-535-4355, Circuit Card Assy, Thales Comm. P/N 700183-536-001 only, qty 12 each. 7. NSN 5998-01-500-4015, CPU Board, Thales Comm. P/N 632507-00 only, qty 2 each. 8. NSN 5998-01-500-4037, Circuit Card Assy, Thales Comm. P/N 700209-534-001 only, qty 3 each. 9. NSN 5999-01-535-7356, Sink, Heat Assy, Thales Comm. P/N 700152-705-001 only, qty 2 each. 10. NSN 5895-01-532-4512, Output Combiner Assy, Thales Comm. P/N 700138-705-001 only, Qty 2 each. 11. NSN 5895-01-535-7031, Synthesizer, Elect. Frequency, Thales Comm. P/N 700109-536-001 only, qty 1 each. Alternate part numbers are NOT acceptable. BRAND NAME ONLY!!! NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY!! Delivery shall be F.O.B. Destination, U.S. Coast Guard Engineering Logistics Center, Baltimore, Maryland 21225. Delivery is desired within 90 days or sooner. It is intended that the Coast Guard ELC will obtain pricing directly from the proprietary source for this equipment; Thales Communications, Inc. or their authorized dealers as it is the Government’s belief that they are the only firm(s) that can furnish the required parts and ensure the proper fit, form and function of all it’s components. Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information with the following: 1) Documentation showing evidence as an authorized distributor/dealer for Thales Communications Inc. The submission of this data for review shall not impede award of a contract. *** Quotations shall include unit price (inclusive of shipping FOB Destination and packaging/marking and barcoding requirements), proposed delivery in days, your company Tax ID number and DUNS Number. The Coast Guard does not intend to pay for information solicited. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Each item to be individually packaged in accordance with ASTM-D3951 and individually marked in accordance with MIL-STD-129. Bar Coding is required. The following FAR Clauses and Provisions apply to this solicitation. Offerors may obtain full text versions of these clauses and provisions electronically at http://www.arnet.gov/far. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (JUN 2008)" with their quotation, Alt 1 included. FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (JUN 2008). FAR Clause 52.204-7, Central Contractor Registration (APR 2008) is incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2007). FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999); Technical acceptability and pricing are evaluation factors. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUN 2008) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Equal Opportunity for Special Disabled Veternas, Veterans of the Vietnam Era, and other eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Handicapped Workers (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006), 52.222-50, Combating Trafficking in Persons (AUG 2007); 52.225-1, Buy American Act - Supplies (JUN 2003); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003). The following items are incorporated as addenda to this solicitation and will be provided in full text upon request or can be electronically accessed at http://www.dhs.gov.: Homeland Security Acquisition Regulation (HSAR) 3052.209-70, Prohibition on Contract with Corporate Expatriates (JUN 2006). Quotations are due no later than 10 September, 12:00 pm Eastern Standard Time. It is anticipated that an award will be made by 12 September 2008. Submit offer in accordance with FAR Povision 52.212-1. A formal notice of changes, if applicable, will be issued in FedBizzOpps (www.fedbizzopps.gov) via amendment(s). It is each vendor’s individual responsibility to the monitor the EPS system for changes.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ba729fb1483175c28dee9e8b6604ce55&tab=core&_cview=1)
 
Record
SN01660604-W 20080907/080905220910-ba729fb1483175c28dee9e8b6604ce55 (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.