Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

59 -- CIRCUIT CARD ASSEMBLY

Notice Date
2/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture 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
HSCG40-09-Q-20030
 
Point of Contact
Devora I. Ford,, Phone: 4107626507, Keith A Wakefield,, Phone: 410-762-6220
 
E-Mail Address
devora.i.ford@uscg.mil, keith.m.wakefield@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center has a requirement for the following item: 1)NSN 5998-01-419-5255 Circuit Card Assembly, intelligent serial interface printed circuit board for VMEBUS applications, utilizing Motorola 68040 microprocessor wih built in co-processor. Eight serial ports, 4 MB RAM., Operates on POS 5 VDC, Size 9.2 by 6.3 inches. For use in the WLB AND WLB ECCC MPCMS on vessels 175’ and 225’ class buoy tenders. L-3 Comm. Westwood Corp. Tano-EDI, Part Number-68500a1080-101 Quantity: 5 each. Please note: Each item to be individually packaged in accordance with ASTM-D3951-98 (R-2004). Standard practices for commercial packaging and individually marked in accordance with MIL-STD-129P. Bar Coding is required in accordance with ANSI/AIM BC1. Electrostatic and Electromagnetic Protection. FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226-5000. NO DRAWING OR SPECIFICATION ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitve sole source purchase order will be issued for this item to L-3 Comm. Westwood Corp.Tano-EDI, of Tulsa, OK or an authorized distributor of L-3 Comm. Westwood Corp. Tano-EDI. It is the Government’s belief that only L-3 Comm. Westwood Corp. Tano-EDI and/or their authorized dealers/ distributors/repair facilities can furnish the required part and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate. However, other potential sources desiring to furnish other than L-3 Comm. Westwood Corp. Tano-EDI, parts are required to submit the following: 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 a 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. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2005-30 (Feb 2009) and as supplemented with additional information included in this notice, and FAR Part 6.302.1. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is HSCG40-09-Q-20030. Quotations shall include, proposed delivery in days, pricing for item(s) with packing, marking, bar code and shipping included in unit price, the company Tax Information Number and DUNS Number. The NAICS code for this solicitation is 335122 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 (JUN 2008). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2009) with Alt 1 included; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2009). The following clauses listed in FAR 52.212-5 are incorporated: 52.219-28, Post Award Small Business Program Representation (June 2007)15 USC 632(a)(2); FAR 52.222-3 Convict labor (June 2003) (E.O. 11755); FAR 52.222.19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (EO 11755); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). FAR 52.222-50, Combating Trafficking in Persons (Aug 2007); FAR 52.225-3, Buy American Act—Free Trade Agreements-Israeli Trade Act (Aug 2007) (41USC 10a-10d,19USC 3301 note 19 USC 2112 note pub L 108-77, 108-78,108-286 & 109-269); FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332. 52.204-7 Central Contractor Registration (Apr 2008). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotations are due no later than 03 March 2009. It is anticipated that an award will be made by, 03 March 2009. Submit offer in accordance with FAR Provision 52.212-1. A formal notice of changes, if applicable, will be issued in FEDBIZOPPS (www.fedbizzopps.gov) via amendment(s). It is each vendor’s individual responsibility to the monitor the EPS system for changes. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement 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 interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c24e540a5a44899e2a506d93d603f509&tab=core&_cview=1)
 
Record
SN01754117-W 20090222/090220215022-c24e540a5a44899e2a506d93d603f509 (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.