Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
SOLICITATION NOTICE

66 -- SPERRY MARINE REPEATERS, GYRO HEADING - REQUIRED DOCUMENTS-DELIVERY REQUIREMENTS

Notice Date
12/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-60395
 
Archive Date
1/4/2011
 
Point of Contact
Ramona L. Vazquez, Phone: 4107626784
 
E-Mail Address
Ramona.L.Vazquez@uscg.mil
(Ramona.L.Vazquez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTACHED REQUIRED DOCUMENTS THAT PROVIDE EXACT DELIVERY REQUIREMENTS/PACK/MARK/LABEL/SHIP (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 HSCG40-11-Q-60395 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 2005-46. (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 334511 and the business size standard is 750 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. DESCRIPTION: Solicitation is urgent and compelling in order to meet the needs of the government and as such shall have a short period of posting in order to meet the immediate award to a qualified supplier who is able to meet line item requirements and as described for each. (v) ITEM 0001, USCG ITEM 6605-01-LG9-5742, REPEATER, GYRO HEADING, CONSOLE-MOUNTING. MFG-SPERRY, P/N 74-486, 1 EA, DESIRED DELIVERY ON OR BEFORE 1/5/11. ITEM 0002, USCG ITEM 6605-01-LG9-2842, REPEATER, GYRO HEADING, BULKHEAD MOUNT, WITH BUILT IN DIMMER, 360/10 DEGREE CARD, DIGITAL TYPE, AFT, SPERRY MARINE TYPE 360/10, P/N 74-632, 2 EA, DESIRED DELIVERY ON OR BEFORE 1/5/11. ITEM 0003, USCG ITEM 6605-01-LG9-2843, REPEATER, GYRO HEADING, WATER-TIGHT, WITH BRACKET FOR BULKEAD MOUNTING, UNIVERSAL, DIGITAL TYPE, SPERRY MARINE, P/N 74-834, 5 EA, DESIRED DELIVERY ON OR BEFORE 1/5/11. ITEM 0004, USCG ITEM 6605-01-LG9-2842, REPEATER, GYRO HEADING, BULKHEAD MOUNT, WITH BUILT IN DIMMER, 360/10 DEGREE CARD, DIGITAL TYPE, AFT, SPERRY MARINE TYPE 360/10, P/N 74-632, 2 EA, DESIRED DELIVERY ON OR BEFORE 1/5/11. ITEM 0005, USCG ITEM 6605-01-LG9-2843, REPEATER, GYRO HEADING, WATER-TIGHT, WITH BRACKET FOR BULKHEAD MOUNTING, UNIVERSAL, DIGITAL TYPE, SPERRY MARINE, P/N 74-834, 5 EA, DESIRED DELIVERY ON OR BEFORE 1/5/11. (vi) PACKAGING SPECIFICATIONS: CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS AS NOTED ON THE INDIVIDUAL SHEETS ATTACHED TO THIS SOLICITATION (SEE REQUIRED 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: Clear marking and labeling of product identification is mandatory. 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 (if provided), c) MFG Part No., d) CAGE code (if known), e) Contract No. (issued upon award), f) Date. (vii) Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving, Baltimore, MD 21226. Secondary delivery location will be provided upon award for physical holding tanks and their locations. **** ALL pricing shall be quoted as FOB Destination. **** (viii) 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. (ix) 52.212-2 Evaluation-Commercial Items (Oct 2010). - The award will be made to the lowest priced and technically acceptable quotation offering the best delivery date. Best delivery date is weighted slightly higher than price. 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 (available on FBO website as a hyperlink to those documents) to the solicitation in order to ensure complete knowledge and understanding of the solicitation with terms and conditions as well as any special delivery instructions. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2010) with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Oct 2010). The following clauses listed in 52.212-5 are incorporated: a. 52.222-3 Convict labor (June 2003) (E.O. 11755) b. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 11755) c. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) d. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) e. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793) f. 52.225-1, Buy American Act-Supplies (Feb 2009)(41 U.S.C. 10a-10d) g. 52.222-50 Combating Trafficking in Persons (Feb 2009) h. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sept 2010)(E.O. 13513). i. 52.225-13 Restriction 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). j. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). k. 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). l. 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). m. 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. (xiii) See additional document(s) that have been uploaded to the FBO solicitation and shall be considered part of this solicitation package. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUOTES ARE DUE BY 12:00 PM EST on 12/20/10. Contractors are responsible for verifying receipt of their submitted quotes by either calling or emailing for confirmation. Due to the nature of the emergency need of the government, no offer received past due date and time will be considered. Quotes may be faxed (410) 762-6008 or emailed to Ramona.L.Vazquez@uscg.mil. (xvi) POC is Ramona Vazquez, Procurement Agent/Contracting Officer, 410-762-6784.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-60395/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
SN02339890-W 20101209/101207234053-e9b01b3f6d37fc30f59d5053c9960d7c (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.