Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2010 FBO #3324
MODIFICATION

99 -- ELECTRICAL, TUBING AND FIRE ALARM PARTS - Amendment 1

Notice Date
12/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
922160 — Fire Protection
 
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-60600
 
Archive Date
1/14/2011
 
Point of Contact
Carolyn Ward, Phone: 4107626601, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil
(carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Part Number change on Item #16 and Questions/Answers (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number HSCG40-11-Q-60600 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 2005-47. (iv) The North American Industry Classification System (NAICS) code is 922160 and the business size standard is 500 employees. This procurement is unrestricted. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 1, ACN: 5925-01-LG8-9860, P/N: VERIFIRE-CD, PROGRAMMING KIT, CD, USED ON THE 110' FIRE ALARM SYSTEM BE AFP-200R. Quantity 1 EA. Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 2, ACN: 6350-01-LG8-9850, P/N: LCD-80, ANNUNICATOR, APF-200, REMOTE LCD. Quantity 1 EA. Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 3, ACN: 5930-01-LG8-9852, P/N: NBG-12LX, PULL STATION, MANUAL, ADDRESSABLE. Quantity 9 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 4, ACN: 6685-01-504-2214, P/N: FST-851, SENSOR, AMBIENT TEMPERATURE, USED ON NOTI-FIRE-NET FIRE WARNING SYSTEM FIXED THERMAL SMOKE DETECTOR 135 DEGREES, ADRESSABLE. **NOTE: OLD PART NUMBER FST-751 HAS BEEN SUPERCEDED BY FST-851.** Quantity 8 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 5, ACN: 4210-01-LG9-0798, P/N: 90-100351-001, CYLINDER, 350LB., VALVE ASSEMBLY, FM200, WITH LLI 283894, 2" CYLINDER VALVE, FILLED WITH 310LBS OF P/N 90-190000-001 FM200 AGENT. Quantity 2 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 6, ACN: 4210-01-LG9-0802, P/N: 90-981574-001, SIREN, ½" FNPT, NITROGEN OPERATED. Quantity 1 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 7, ACN: 4210-01-LG9-0804, P/N: 90-194016-368, NOZLE, 1 ¼" FPT, DISCHARGE, BRASS, 180 DEGREE, ER OVHD, E1-N1- P/N: 90'194016'368. Quantity 1 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 8, ACN: 4210-01-LG9-0814, P/N: WK-281867-000, 281867, CYLINDER CRADLE, STEEL, and KIDDE. Quantity 4 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 9, ACN: 4210-01-LG9-0815, P/N: WK-2811866-000, 281866, CYLINDER STRAP, STEEL, and KIDDE. Quantity 4 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 10, ACN: 4210-01-303-9237, P/N: WK-264987-000, 264987, HOSE ASSEMBLY, 5/16" X 2" LONG, FLEX ACTUATION HOSE, METALLIC, STAINLESS STEEL, FIRE FIGHTING. END USE: FM200 SYSTEM. Quantity 3 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 11, ACN: 4210-01-LG9-0819, P/N: WK-283905-000, 283905, ADAPTER, 2"-11 ½" NPT X 2 ½"-12UN, VALVE OUTLET, BRASS, and KIDDE. Quantity 2 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 12, ACN: 2590-01-LG8-9854, P/N: 431526, 429696, STROBE LIGHT/HORN, 75CD, WEATHERPROOF, POLARIZED, FOR FIRE ALARM, 24 VOLTS DC. MODEL 2415. Quantity 8 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 13, ACN: 6135-01-LG8-9858, P/N: PS12180F, BATTERY, 12 VOLTS, DC 7A.H. WITH QUICK DISCONNECT, USED ON THE 110' FIRE ALARM. Quantity 2 EA Delivery is 01/31/2011. If delivery cannot Be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 14, ACN: 4720-01-LG9-0803, P/N: 06-118531-001, HOSE, 2" DISCHARGE, 18" SPECIAL ORDER, 37 DEGREE X MNPT. Quantity 2 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 15, ACN: 4730-01-LG9-0827, P/N: WK-699205-010, 69920501, CONNECTOR, 1/8" MNPT X 5/16", CRES. KIDDE. Quantity 6 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 16, ACN: 6830-01-376-9857, P/N: WK-877940-200, 877940, CYLINDER, NITROGEN, 108 CU NI. FILLED, WITH GAUGE AND PRESSURE SWITCH, FIRE EXTINGUISHING SYSTEM, NITROGEN, TECHNICAL. Quantity 4 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 17, ACN: 5975-01-LG8-9851, P/N: ABS-1TB, ENCLOSURE, SURFACE MOUNT FOR THE REMOTE INDICATOR. Quantity 1 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 18, ACN: 5975-01-LG8-9856, P/N: WBB, BOX, BACK, USED ON THE 110' FIRE ALARM SYSTEM. Quantity 8 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 19, ACN: 5935-01-LG8-9859, P/N: BB-17, BB-127, BATTERY BOX, FOR USE WITH FIRE ALARM CONTROL PANEL BE-AFP-200R FIRE CONTROL PANEL ON THE 110' FIRE ALARM. Quantity 1 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 20, ACN: 5975-01-LG8-9861, P/N: SB-10, BACK BOX, FOR MANUAL PULL STATION, FOR USE ON THE 110' FIRE SYSTEM. Quantity 9 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 21, ACN: 4010-01-LG9-0799, P/N: 06-1183-16-100, CABLE, 1/16', CRES. FOR FM200 FIRE SYSTEM. 1 ROLL EQUALS 100 FT. Quantity 1 RO Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 22, ACN: 4210-01-LG9-0805, P/N: 90-194016-386, NOZZLE, 1 ¼" FPT, DISCHARGE, BRASS, 180 DEGREE, ER OVHD, E1-N2, P/N 90-194016-386. Quantity 1 EA Delivery is 01/31/2011. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ****Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. Shipping and receiving hours are from 7 am to 1 pm.**** (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: See attached scanned documents for each item and its unique packaging/shipping requirements. Not all items listed in this solicitation require the same specifications. Offeror is responsible for viewing the documents for clear comprehension of requirements prior to offer. 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: 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: Nomenclature, 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx, MFG Part No., CAGE code (if known), Contract No. (issued upon award) and Date. Place of delivery shall be: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving, Baltimore, MD 21226. **** Please quote prices 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 2008). 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, e) Taxpayer ID number. f) Offerors shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current home numbers. 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 (Jan 1999). - Delivery and pricing are evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. Delivery is slightly more important than price. 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 (June 2010) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec. 2010). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28 Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)) b. 52.222-3 Convict labor (June 2003) (E.O. 11755) c. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 11755) d. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) f. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793) g. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). h. 52.222-50 Combating Trafficking in Persons (Feb. 2009) i. 52.225-1 Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). j. 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assests Control of the Department of the Treasury). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). l. 52.233-3 Protest after Award (Aug. 1996). m. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). n. 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 required documents for scanned copies of each item requested. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUOTES ARE DUE BY 4:00 pm EST on Thurs. Dec. 30, 2010. Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil (xvi) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-60600/listing.html)
 
Record
SN02352062-W 20101231/101229233838-a04077d731499e7fa99dd4b411f6a202 (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.