Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2009 FBO #2672
SOLICITATION NOTICE

59 -- Cordex System

Notice Date
3/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Seattle, 1519 Alaskan Way, South, Seattle, Washington, 98134-1192
 
ZIP Code
98134-1192
 
Solicitation Number
HSCG339662063
 
Point of Contact
Deborah Cefaratti,
 
E-Mail Address
Deborah.S.Cefaratti@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The following identifies the functional requirements which meet the government’s requirements. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. Solicitation Number HSCG33-09-Q-62063 is issued as a request for proposal (RFP). This action is set-aside for small business. The associated North American Industry Classification System Code is 335999 with the small business standard is 500 employees. Requirement: Cordex Rackmountable System as follows: Mfr. Part No Product/Service Name Qty Ea 01058020040 Cordex CXRF 48-1.8kW 208-240 VAC Rectifier 30 ea 47030510 20A plug in breaker 50 ea 47030710 30A plug in breaker 50 ea SM/Series Temp comp cable ¼” lug 24ft 10 ea Item #058-xxx-20 10” Cordex 48V rackmountable system to include: (1) Front Access UDC19” chassis LVD CXCM2 interface, 40A shunt, 14 Load CB positions and 4 battery CB positions. (1) 19” shelf with positions for 3-1.8kW rectifiers. (1) Cordex Controller CXCM2-L0, 2, 42, 56 (touch screen) (2) Bus Bar, vertical, single 1.8kW shelf, Copper, tinplated. (1) Kydex Cover for shelf and distrn. (2) 100 AM breaker Quantity: 10 ea This procurement is a Full and Open Procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery shall be FOB Destination; including any shipping fees into the cost of the products(s). Offerors are encouraged to use their standard form for quoting purposes. Offerors hall provide the information required by FAR 52.212-1 (June 2008) Instruction to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause “Buy American Act Supplies” the offeror shall so state and shall list the country of origin. Offers are being requested to be submitted via email to Deborah.S.Cefaratti@uscg.mil prior to the deadline stated below. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and any amendments (if any). Accounting and Appropriation Data Accounting and appropriation date will be provided on the order. Contractors must have valid DUNS number, and be registered with CCR (Central Contractor Registration) www.ccr.gov. The following Federal Acquisition Regulation (FAR), and Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008) (FAC 2005-26), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the offeror proposing the best value to the Government considering price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) (FAC 2005-30). These certifications must be included with proposal and can be assessed and downloaded via FEDBIZOPS with this RFP. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008) (FAC 2005-27). The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far (FAR Clauses) and http://farsite.hill.af.mil.vfhsar1.htm (HSAR clauses) PLEASE NOTE NOTICE TOO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This Solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) FAR 52.212-5, Contract Terms and Conditions To Implement Statutes or Executive Orders Commercial Items (Feb 2009) (FAC 2005-30) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to factors of proposed price, and best delivery schedule. It is critical that offerors provide adequate details to allow evaluation of their offer. Proposals may be submitted on company letterhead stationary and must include the required information: All proposals are due no later than March 26th, 2009 All proposals are due no later than 2:00pm, local Seattle, Washington time, March 26, 2009. All proposals to be e-mailed to Ms. Deborah Cefaratti at Deborah.S.Cefaratti@uscg.mil. No faxes will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e1012b81c2de4e92d4cf94c6c2d0e6d3&tab=core&_cview=1)
 
Place of Performance
Address: CG Electronic Support Unit, 1519 Alaskan Way South, Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN01773283-W 20090321/090319220418-e1012b81c2de4e92d4cf94c6c2d0e6d3 (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.