Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

J -- OPEN, INSPECT, REPORT/ANTENNA - ELC 400-299-H

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless 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-20138
 
Archive Date
9/28/2010
 
Point of Contact
Patricia R. Johnson, Phone: 410-762-6493, Patricia R. Johnson, Phone: 410-762-6493
 
E-Mail Address
patricia.r.johnson@uscg.mil, patricia.r.johnson@uscg.mil
(patricia.r.johnson@uscg.mil, patricia.r.johnson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Repair Specificaiton for Electronic Equipment (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 an d a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-10-Q-20138 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 2005-43, effective August 2, 2010. (iv) This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 334220 and the business size standard is 500 employees. U.S. Coast Guard Surface Warfare Logistic Center intends to award a firm fixed price purchase order. (v) The USCG SFLC MEC Product line has a requirement to Disassemble, Inspect, Report and Repair/rebuild to like new condition the following: (vi) It is the Government's belief that these parts can only be repaired by the OEM or their distributors/dealers, therefore, the Government will be negotiating directly with this source. The USCG does not Possess the manufacturer engineering drawings, test procedures nor test specification to repair these items. This information is proprietary to the original equipment manufacturer, Thales Communication Inc. (vii) The solicitation will be issued via the Federal Business Opportunities (FedBizOpps) at www.eps.gov. Hard copies of the solicitation will not be faxed unless necessary. It is incumbent upon contractors to monitor the EPS system for release of any amendments. (viii) The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. Description: Item no 001. NSN 5985-01-446-1866, HF DGL CPLR MSR4050, OPEN, INSPECT, REPORT, P/N 798012-001-001, (Qty 1 ea). Item no. 001A - NSN 5985-01-446-1866, HF DGL CPLR MSR4050, Repair contingent upon receipt review and approval of Open and inspection reports Mfg. Thales Communications Inc., Part/N 79812-001-001, Qty 13 ea) Item no. 002- NSN 5985-01-446-1866, HF DGL CPLR MSR4050, OPEN, INSPECT, REPORT. MFG. THALES COMMUNICATIONS INC., P/N 798012-001-001, (Qty.1 EA). Item no. 002A- NSN 5985-01-446-1866, HF DGL CPLR MSR4050, Repair contingent upon receipt, review and approval of open and inspect reports. Part no. 798012-001-001, (Qty 1 ea) Overhaul Requirements: Item Coupler, Antenna 5985-01-446-1866, P/N 798012-000-001 Used on CEJD-MSR-4050/4090 Item as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contracting Officer.. ELC NUMBER R-400-299-H DTD OCT 2004 (SEE ATTACHED) Interior and Exterior of the case shall be restored to "Like New" condition. Warranty: Standard Manufacturer's Warranty Government Acceptance: Acceptance will be made at destination by a Government representative Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to preservation/packaging, packing and marking requirements, (Reference below) Evaluation: (a) Technical ability to provide genuine OEM parts (b) Price and price related factors (c) Past Performance (d) Price to ship GFP to Contractor's facility Delivery: F.O.B Destination; All responsible sources may submit a quotation which if timely received, shall be considered by the Agency. Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN with their offer. The closing date and time for receipt of quote is Sept 13, 2010, at 1PM Eastern Standard Time. Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same in duplicate within 3 days of this announcement. However, other potential sources desiring to furnish other than Thales Communications Inc. Equipment 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 manufacture red 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 below requirements. Note* the submission of this data for review shall not impede award of this contract. 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. All proposals received within response date of publication of this synopsis will be considered by the Government. The Coast Guard does not intend to pay for information solicited. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet. Gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2010). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2).(19) 52.222-3, Convict Labor (June 2003) (E.O. 11755).52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). Alternate I (Jan 2004) of 52.225-3. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).3332). the following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. The closing date and time for receipt of quote is Sept 13, 2010 at 1PM. Eastern Standard Time. SPECIAL PACKAGING: The USCG /ELC SP-PP&M-00l DATED 05/95 REVISION D 10/00 PRESERVATION PACKAGING & MARKING PRESERVATION - Each piece or assemblies that make up one each of any contract line item (CLIN) shall be preserved in accordance with ASTM-D-3951. PACKAGING - Each preserved 0contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951.This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION - Unit packs can be unitized as specified in ASTM-D3951. MARKING - Marking shall be clear, legible, permanent, and in English. UNIT PACKAGES - Shall be marked as specified herein. National Stock Number/ Activity Control Nu USCG /ELC SP-PP&M-00l DATED 05/95 REVISION D 10/00 PRESERVATION, PACKAGING & MARKING PRESERVATION - Each piece or assemblies that make up one each of any contract line item (CLIN) shall be preserved in accordance with ASTM-D-3951. PACKAGING - Each preserved 0contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951.This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION - Unit packs can be unitized as specified in ASTM-D3951. MARKING - Marking shall be clear, legible, permanent,and in English. UNIT PACKAGES - Shall be marked as specified herein. National Stock Number/ Activity Control Number. Item Name Part Number (as shipped) Purchase Order / Contract Number (example HSCG40-04-P-00000) Date of Manufacturer/Repair The Words "COAST GUARD ELC MATERIAL" CONDITION (A) Quantity & Unit of Issue (i.e. "1-EA") Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only). UNITIZATION - If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see "Single Stock Number" If there are multiple stock numbers involved see "Multiple
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-20138/listing.html)
 
Place of Performance
Address: 2401 Hawkins Pt. Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02273305-W 20100910/100909000032-2772a387d0d44db739bdd0487bd81bb4 (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.