Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

71 -- Electronic Consoles

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424990 — Other Miscellaneous Nondurable Goods Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander, USCG Telecommunication & Information Systems Command, 7323 Telegraph Road, Alexandria, Virginia, 22315-3940
 
ZIP Code
22315-3940
 
Solicitation Number
08-A2080
 
Archive Date
10/1/2008
 
Point of Contact
Shannon G Humphrey,, Phone: 703-313-5464, Thomas W. Howcroft,, Phone: 703-313-5460
 
E-Mail Address
shannon.g.humphrey@uscg.mil, thomas.w.howcroft@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security, USCG Telecommunication and Information Systems Command has a requirement for the following: 1) ID-SH-48 - 48" (1219mm) wide Single High Enclosed Module. 1 each. 2) IDEP-E-SL - Single High Full Height End Panel - Left Hand, Enclosed Module, 1 each. 3) IDEP-E-SR - Single High Full Height End Panel - Right Hand, Enclosed Module, 1 each 4) ID-SH-MEF-26 - Single High Hinged Black Plastic Laminate Monitor Equipment Front with Optical Glass Insert (up to 26” (660mm) wide), 2 each 5) ID-TSS - Fixed Door Mounted Mid-sized Tower Support Shelf (Maximum PC Tower 18" H x 8 1/2" W x 17 1/2"D (457mm x 216mm x 445mm)), 2 each 6) ID-DTLS - Operator Dimmable Tasklight System with Full Spectrum, Fluorescent Fixtures (per bay, nominal 24" (610mm)), 2 each 7) ID-SH-VF - Single High Ventilation Fan Kit (36 CFM; 12VDC) (1 / Module), 2 each 8) ID-6/PTS - Internal Mounted 120 V, 15 amp., 6 Outlet, Power Bar with 6' Grounded Powercord, 2 each 9) ID-CPWT - Internal Continuous Plenum Wire Cable Tray 4"w x 1 1/4"d (102mm x 32mm) with Open Top Mounted to Console Structure (per linear ft.), 4 each 10) ID-GL - Internal Console Grounding Lugs with Continuous Braided Copper Grounding Cable (per linear foot), 4 each 11) Custom - Cap Extrusion, 48" long, to house 2 Innovative Monitor Arms Mounted on Top Stringer. Positions 44-45, 2 each 12) Custom_Arm1 - Custom Innovative Model #9112-S Single Tier Flat Panel Monitor Arm (14" Extension). Bolted Through Top of Identity Valance. Includes Flexmount Kit and VESA compliant adapter plates (75mm and 100mm)., 4 each 13) 1041800 - Innovative Model #9112-S Single High Flat Panel Monitor Arm (14" Extension, 16" Pole Height). Includes Single High Identity mounting bracket and VESA compliant adapter plates (75mm and 100mm)., 2 each 14) Custom - Cap Extrusion, 48" long, to house 2 Innovative Monitor Arms Mounted on Top Stringer. Positions # 1-16, 17-20, 23-24, 30-31, 44-45, 12 each. 15) Custom - Cap Extrusion, 26" long, to house 1 Innovative Monitor Arms Mounted on Top Stringer. Position # 21,26,28,33, 4 each 16) Custom_Arm1 - Custom Innovative Model #9112-S Single Tier Flat Panel Monitor Arm (14" Extension). Bolted Through Top of Identity Valance. Includes Flexmount Kit and VESA compliant adapter plates (75mm and 100mm)., 28 each 17) Console Installation and Maintenance Tool Kit C/O Applicable drivers, bits, hex keys, cleaning solution and touch-up paint, 1 each 18) Installation Costs. *The Client will identify and provide 1 person(s) for 2 day(s) duration of installation and final coordination of site activities. Delivery shall be on or before 10/16/08. FOB Destination delivery to USCG TISCOM, 7323 Telegraph Rd, Alexandria, VA 22315-3940. NOTE: No drawings or specifications are available from this agency. Substitute part numbers are NOT acceptable, therefore, only the part numbers as indicated above will be accepted. It is anticipated that a non-competitive sole source purchase order will be issued for this item to Evans Consoles Incorporated or a Evans Consoles Authorized Distributor. It is the Government's belief that only Evans Consoles Inc. and/or their authorized dealers/distributors/repair facilities, can furnish the required items 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 within 10 days of this announcement. However, other potential sources desiring to furnish other than Evans Consoles items are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered items (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered items 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. Quotation shall include, proposed delivery in days, pricing for items individually packed, 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. This is a combined synopsis /solicitation for commercial items prepared in accordance with 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. This solicitation and incorporated provisions and clauses are those in effect through FAC 2005-17. NAICS code for this solicitation is 424990 and the small business size standard is 100 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). 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 (NOV 2006). The following clauses listed in FAR 52.212-5 are incorporated: The Contractor shall comply with the following FAR clauses which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items. 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) The Contractor shall comply with the FAR clauses in this paragraph that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items. 52.222-3 Convict Labor (JAN 2006) 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-1 Buy American Act-Supplies (Jun 2003) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (NOV 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4b02e2840db46a9b13f3f0b5f5615774&tab=core&_cview=1)
 
Record
SN01663149-W 20080910/080908221412-4b02e2840db46a9b13f3f0b5f5615774 (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.