Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

63 -- Bell,Electrical

Notice Date
9/10/2010
 
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), 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
HSCG85-10-Q-EZ001
 
Archive Date
9/30/2010
 
Point of Contact
Keith A Wakefield, Phone: 410-762-6220
 
E-Mail Address
keith.m.wakefield@uscg.mil
(keith.m.wakefield@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The USCG Surface Forces Logistics Center has a requirement for the following item: Bell, Electrical; MFG: Kockum Sonics AB; Part number: 24530051;NSN: 6350 01-429-6678 quantity: 5 each. FOB Baltimore, MD It is anticipated that a non-competitive sole source purchase order will be issued for this item to Kokum Sonics AB or one of its authorized distributors. It is the Government's belief that only Kokum Sonics AB, or one of its authorized distributors can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than specified 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 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 requirement. The submission of this data for review shall not impede award of this contract. The Coast Guard does not intend to pay for information solicited. The anticipated Award Date for this procurement is 16 Sept 2010. This is a combined Synopsis/Solicitation for Commercial Items and is issued in accordance with the format in subpart 12.6 of the FAR, as supplemented with additional information included in this notice and pursuant to FAR Part 6.302-1,HSAM 3006.302-1 and FAC No. 2005-43(Aug 2010). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Quotation shall include the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 335999 and the small business size standard is 500. 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 52.204-7 CCR Registration (Apr 2008). FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2009). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUL 2010). The following clauses listed in 52.212-5 are incorporated: 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 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);52.225-3 Buy American Act-Free Trade Agreement Israeli Trade Act (Jun 2009) 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)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); HSAR 3052.242-72 Contracting Officer Technical Representative (Dec 2003). CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (Oct 2008). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov http://www.dhs.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-10-Q-EZ001/listing.html)
 
Record
SN02276971-W 20100912/100911000333-ff0804e93374e9d24f1ca582b295c9f1 (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.