Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
MODIFICATION

61 -- TRANSFORMER, POWER RECTIFIER PWR SUPPLY

Notice Date
3/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-60781
 
Archive Date
3/17/2010
 
Point of Contact
Ramona L. Vazquez, Phone: 410-762-6784, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
Ramona.L.Vazquez@uscg.mil, sharon.l.byrd@uscg.mil
(Ramona.L.Vazquez@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii)Solicitation number HSCG40-10-Q-60781 applies, and is issued as a Request for Quotation. (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv)This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 335999 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v)ITEM 0001, 6120 20-001-7047, TRANSFORMER, POWER, 28 VOLTS DC, 300 AMPS, 36.26” HEIGHT X 25.19” WIDTH, RECTIFIER POWER SUPPLY. - Quantity 1 EA, DELIVERY SHALL BE NO LATER THAN 4/15/2010. ****Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. **** CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS AS NOTED – IF NO INSTRUCTIONS ARE PROVIDED, STANDARD COMMERICAL PRACTICE IS ACCEPTABLE. PACKAGING SPECIFICATIONS: See “attached documents” for Preparation for Delivery. Attached documentation is included in this solicitation and must be viewed and considered part of the formal request. To view attached documents located in FedBizOpps, use the hyperlinks provided on the website titled “Attached Documents”. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: In clear printed lettering (English) 1” min high, for each item as defined by its unit package quantity shall be individually marked with the following: a) Nomenclature, b) 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx, c) MFG Part No., d) CAGE code (if known), e) Contract No. (issued upon award) f) Date. (vi)Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (vii)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 (June 2009). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but MUST INCLUDE THE FOLLOWING INFORMATION: a) Company’s complete mailing and remittance addresses, b) Discounts for prompt payment if applicable, c) Cage Code, d) Dun & Bradstreet number (DUNS), e) Taxpayer ID number f) Offerors shall submit price and delivery information for all items. g) A recent past performance including: contract number, point of contact and current phone numbers. h) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii)52.212-2 Evaluation-Commercial Items (FEB 2010). – The award will be made to the lowest priced and technically acceptable quotation. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation. Offeror shall include in their offer a copy of the Description of Items or Services showing the bid prices being offered. This is to ensure accurate price per each item as described in the qty as requested. The Offeror shall view and print a copy of the solicitation as it appears in the attached documents to the solicitation as posted on the FedBizOpps Website to ensure complete knowledge and understanding of the solicitation with terms and conditions. The evaluation and award procedures in FAR 13.106 apply. (ix)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included are to be submitted with your offers. (x)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xi)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2010). The following clauses listed in 52.212-5 are incorporated: a.52.219-28 Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)) b.52.222-3 Convict labor (June 2003) (E.O. 11755) d.52.222.19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 11755) e.52.222-21 Prohibition of Segregated Facilities (Feb 1999) f.52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g.52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793) h.52.222-50 Combating Trafficking in Persons (Feb 2009) i.52.222-54 Employment Eligibility Verification (Jan 2009) j.52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169). k.52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). l.The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii)See additional document(s) for scanned copies of each item(s) requested to verify description, qty, unit and pack/ship/labeling requirements for each individual CLIN as shown on this solicitation. (xiii)Defense Priorities and Allocations System (DPAS): N/A (xiv)QUOTES ARE DUE BY 12:00 PM EST on March 2, 2010. Contractors are responsible for verifying receipt of their submitted quotes by either calling or emailing for confirmation. Quotes may be faxed (410) 762-6008 or emailed to Ramona.L.Vazquez@uscg.mil. (xv)POC is Ramona Vazquez, Procurement Agent, 410-762-6784.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-60781/listing.html)
 
Place of Performance
Address: SURFACE FORCES LOGISTICS CENTER, RECEIVING, BLDG 88, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02079636-W 20100303/100301235204-853efad9450e0b86ed7f6f55c5271188 (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.