Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
SOLICITATION NOTICE

61 -- Charger, Battery - SP-PP&M-001 - Bar Coding Specification

Notice Date
11/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery 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
HSCG40-11-Q-3CU025
 
Archive Date
12/21/2010
 
Point of Contact
Toni Cheek,
 
E-Mail Address
Toni.J.Cheek@uscg.mil
(Toni.J.Cheek@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Bar Coding Specification SP-PP&M-001 The USCG Surface Forces Logistics Center has a requirement for the following parts in support of the 378' WHEC class cutter. Offers may be submitted via email to the point of contact listed in the announcement and must include the following information: (1) 6130-01-576-5239, CHARGER, BATTERY. Manufacturer: Hindle Power Inc Part Number: SCFR24-3-125 Quantity: 2 EA DESCRIPTIVE DATA 24 Volt, 3 Phase, 125 AMP battery charger equipped with DC filter, 440 VAC input, 2-pole DC breakers (Standard 10 KAIC), manual equalize timer, DC meters 3.5 in analog (2% accuracy), standard PVC color coded wire, high & low voltage alarm with indicating lights, common alarm relay with breaker, and remote charger shutdown. The Standard Manufacturer's warranty shall apply. Acceptance shall take place at Destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. Pricing is requested on an F.O.B. Destination basis. Packing, marking, bar code and shipping costs shall be included in the unit price of the item. PLEASE INDICATE FOB TERMS (ORIGIN OR DESTINATION) ON YOUR QUOTATION. Each unit shall be individually preserved, packaged and marked as per attached specification SP-PP&M-0001 Rev D. Each unit shall be individually packed and bar coded. DELIVERY SCHEDULE - Delivery is requested by 01/31/2011 Please provide your proposed delivery here: _________________________________ This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-46 (Oct 2010), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is _335911_ and the Small Business Size Standard is _500_. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a lowest price technically acceptable basis utilizing the following technical, price and price-related factors: (a) Technical, battery chargers must conform to the listed technical specification (b) Price (c) Past Performance The following FAR Provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2010) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote OR provide notice of registration at https://orca.bpn.gov. 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 (Jun 2010) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2010). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.225-1, Buy American Act-Supplies (Feb 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) All responsible sources may submit a capabilities statement or quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers 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 _06 December 2010, 1600_, Eastern Standard Time. NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington, D. C. 20593-0001, FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-3CU025/listing.html)
 
Record
SN02334515-W 20101201/101129233935-b52a8b0f8824e3100bcab02fe15c2c5c (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.