Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

59 -- RF Amplifier, Power Supply, HF Sub System

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-FZ084
 
Archive Date
9/14/2010
 
Point of Contact
Dennis S Kokoskie, Phone: 4107626097
 
E-Mail Address
Dennis.S.Kokoskie@uscg.mil
(Dennis.S.Kokoskie@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. FAR Subpart 13.5, Test Program for Certain Commercial Items will be utilized for this acquisition. This announcement constitutes the only solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36. The Request for Quotation (RFQ) Solicitation Number is HSCG40-10-Q-FZ084. Applicable NAICS Code is 334290, Business size standard 750 employees. Offerors shall respond to all requirements of the solicitation. STATEMENT OF WORK (SOW) - The USCG Surface Forces Logistics Center (SELC) has a requirement for four (4) ea 822-0906-003(13499) RECEIVER/EXCITER,RT-2200, P/N: 822-0906-003 AND NINE (9) PA-2220a(13499), POWER AMPLIFIER (1KW), P/N 270-2695-020. The Original Equipment Manufacturer (OEM) is Rockwell Collins Inc. in Cedar Rapids, IA and the U.S. Coast Guard ELC intends on obtaining pricing directly from the manufacturer or its authorized distributors. Brand Name Only!! 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 30 days or sooner. It is intended that the USCG ELC will obtain pricing directly from the manufacturer, Rockwell Collins, or their authorized dealers/repair facilities 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. The Government did not procure this information, or the rights to use this information, under the original purchase contract. Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same within 5 days of this announcement. Other potential sources desiring to furnish other than Rockwell Collins parts are required to submit the following information: 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 satisfactorily manufactured/repaired for the Government or the original equipment manufacturer. This data must include sufficient detailed information to allow the Coast Guard to completely evaluate the proposal relative to the above requirements and to clearly demonstrate their capability to meet the above requirements. 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). Final inspection and Acceptance will be made at destination by USCG ELC Personnel. Preservation, Packaging, and Marking (PP & M) to be in accordance with ASTM-3951D. All boxes shall be marked with identifying information as provided in MIL-STD-129 and marked with number of boxes (i.e. box 1 of 2, box 2 of 2....). BARCODING IS REQUIRED. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) provision 52.212-3, "Offerors Representations and Certification--Commercial Items (Aug 2009)" with their proposal. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. The following FAR provisions and clauses apply to this Request for Quotation (RFQ) and are incorporated by reference: FAR 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.209-4, First Article Approval - Government Testing (Sep 1989) - Alternate I (Jan 1997); FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999). The following addenda is added to FAR Clause 52.212-2: EVALUATION - The following factor shall be used to evaluate offers: Price. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding and ability to perform the contract. Offeror shall submit documentation providing their status as a Rockwell Collins authorized dealer. Failure to submit this documentation may result in your quote being considered unacceptable and rejected. The Government reserves the right to make an award without discussions. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Mar 2009). The following addenda is added to 52.212-4: Address for submission of invoices: U.S. Coast Guard YARD/Finance Center, P.O. Box 4122, Chesapeake, VA 23327-4122; EMAIL TO: fin-smb-yardteam@uscg.mil. Payment Terms; The Government's normal payment terms are NET 30; however, Offerors may propose discounts for prompt payment. In addition to the requirements of FAR 52.212-4, the Contractor shall indicate their Taxpayer Identification Number (TIN) on any invoice submitted for payment. The following FAR Clauses apply: FAR 52.252-2, Clauses Incorporated by Reference (Feb 2000), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; FAR 52.203-3, Gratuities (Apr 1984). FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Dec 2009) 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 (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005). (15 U.S.C. 657a); 52.219-8, Utilization of Small Business Concerns (Apr 2009) (15 U.S.C. 637(d)(2) and (3)), 52.219-28, Post Award Small Business Program Rerepresentation (Jun 2007) (15 U.S.C. 632(a)(2))., 52.222-3, Convict Labor (Jun 2003)(E.O. 11755), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222.39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec. 2004) (E.O. 13201), 52.222-50, Combating Trafficking in Persons (Feb 2009), 52.225-1, Buy American Act -Balance of Payments Program-Supplies (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving award. The following Homeland Security Acquisition Regulation clauses apply to this solicitation and any subsequent order that may be issued from this solicitation. HSAR 3052-209.70, Prohibition on Contracts with Corporate Expatriates (July 2007), Certification required: OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. HSAR 3052.242.71, Dissemination of Contract Information, is hereby incorporated by reference. Vendors interested in submitting a quote shall also submit the Authorized Dealer documentation and return it to the POC by the closing date of this announcement. POC for this requirement is Dennis S. Kokoskie, Contract Specialist, phone (410) 762-6097, fax (410) 762-6226, and email dennis.s.kokoskie@uscg.mil. Quotes can be emailed (HIGHLY preferred) or faxed and are due no later than 3PM EST, August 30, 2010. All responsible and responsive sources are invited to submit an offer which will be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-FZ084/listing.html)
 
Place of Performance
Address: Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, Maryland, 21226-5000, United States
Zip Code: 21226-5000
 
Record
SN02250946-W 20100825/100823235031-6b50b269802bdfae63996f169ca0bda8 (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.