Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

16 -- POWER SUPPLY FOR ELECTRO/OPTICAL SENSOR SYSTEM (ESS) TEST CARTS

Notice Date
3/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-11-Q-500018
 
Archive Date
4/25/2011
 
Point of Contact
Linda J. Stulick, Phone: (252)335-6204, Stanay L. Gibbs, Phone: 252-335-6619
 
E-Mail Address
Linda.J.Stulick@uscg.mil, stanay.l.gibbs@uscg.mil
(Linda.J.Stulick@uscg.mil, stanay.l.gibbs@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities 1. Notice Type: Combined Synopsis/Solicitation 2. Proposed Posting Date: 3/25/11 3. Classification Code: 336413 4. Contracting Office Address: Contracting Office Address: HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD Elizabeth City, North Carolina 27909-5001 United States 5. Title: 24 Vdc Power Supply for ESS Test Cart 6. Response Date: 4/11/11 7. Primary Point of Contact: Linda J. Stulick 8. Secondary Point of Contact: Stanay Gibbs DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-11-Q-500018 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted solicitation. This combined synopsis/solicitation is issued for the acquisition of power supplies to be used in conjunction with the Electro/Optical Sensor System (ESS) Test Carts. It is anticipated that one purchase order with firm-fixed pricing shall be awarded to a responsible vendor that can provide adequate power supply, in sufficient quantities, to enable the complete system run-up of an aircraft Electro Optical /Infrared (EO/IR) camera system. Related solicitation documents, such as the performance specification document can be found as an attachment to this solicitation. Interested offerors must provide for evaluation, prices for the following based on the conditions stated in the performance specification document: SUPPLIES/SERVICES EST QTY UNIT Power Supply +/- 26 EA Business concerns having the expertise and required capabilities to provide the requested power supply are invited to submit offers in accordance with the requirements stipulated in this solicitation. All interested sources will be considered Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. The contractor shall furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. Certificate of Conformance must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to a manufacturer, the manufacturer's COC and/or its own certificate of conformance to ensure offered power supply is suitable for use on the ESS test cart. Prospective vendors who are not the Original Equipment Manufacturer (OEM) or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor. Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Offers shall indicate nomenclature, part number, unit price, and extended price, plus the FOB point, any discounts for prompt payment, business size standards, and minority classifications. The delivery of the power supply is desired within 60 calendar days after receipt of award. Earlier deliveries are desired and will be accepted. F.O.B. Destination is requested as the F.O.B. point for the Deliverables. All offers will be considered F.O.B. Destination unless F.O.B. Origin is specified AND shipping costs are included. Deliver to: USCG Aircraft Logistics Center 1664 Weeksville Road Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001 FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (JUN 2010) ADDENDUM Pursuant to FAR Subpart 12.302 (a), this addendum reflects tailoring to the basic FAR clause 52.212-4. (o) Contractor's standard commercial warranty shall apply. IAW FAR 46.706(b)(5), any offered warranty must be disclosed; as a minimum disclosure must include a brief statement that a warranty exists, the substance of the warranty, the warranty's duration, and whom to notify if the items are found to be defective. Far 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at Internet address: https://www.acquisition.gov/far 52.211-14 Defense Priority and Allocation Requirement (Apr 2008) 52.247-34 F.o.b. Destination (Nov 1991) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 0Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer shall check as appropriate.] 1 (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 0 (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 0 (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 0 (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L.109-282) (31 U.S.C. 6101 note). 0 (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). 0 (6) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). 0 (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 0 (8) [Reserved] 0 (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 0 (ii) Alternate I (Oct 1995) of 52.219-6. 0 (iii) Alternate II (Mar 2004) of 52.219-6. 0 (10)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). 0 (ii) Alternate I (Oct 1995) of 52.219-7. 0 (iii) Alternate II (Mar 2004) of 52.219-7. 1 (11) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 0 (12)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2010) (15 U.S.C. 637(d)(4). 0 (ii) Alternate I (Oct 2001) of 52.219-9. 0 (iii) Alternate II (Oct 2001) of 52.219-9. 0 (iv) Alternate III (July 2010) of 52.219-9. 1 (13) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 0 (14) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F) (i)). 0 (15)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). 0 (ii) Alternate I (June 2003) of 52.219-23. 0 (16) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 0 (17) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 0 (18) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004)(15 U.S.C.657f). 1 (19) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C 632(a)(2)). The following paragraph of this clause may require completion: (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following representation and submit it to the contracting office, along with the contract number and the date on which the representation was completed: The Contractor represents that it __ is, __ is not a small business concern under NAICS Code __________________ assigned to contract number ______________________. [Contractor to sign and date and insert authorized signer's name and title]. 1 (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 1 (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 1 (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 1 (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 0 (24) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 0 (25) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 0 (26) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 1 (27) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 0 (28)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) 0 (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available of-the-shelf items.) 0 (29) 52.223-15, Energy Efficiency in Energy Consuming Products (Dec 2007) (42 U.S.C. 8259b). 0 (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). 0 (ii) Alternate I (Dec 2007) of 52.223-16 0 (31) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010)(E.O. 13513). 1 (32) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 0 (33)(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, 108-302, 109-53, 109-169 109-283, and 110-138). 0 (ii) Alternate I (Jan 2004) of 52.225-3. 0 (iii) Alternate II (Jan 2004) of 52.225-3. 0 (34) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 1 (35) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 0 (36) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). 0 (37) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C.5150). 0 (38) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 0 (39) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 1 (40) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 0 (41) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 0 (42) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). 0 (43) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 0 (44)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). 0 (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] 0 (1) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). 0 (2) 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.). This clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 0 (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 0 (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 0 (5) 52.222-51, Exemption from Application of the Service Contract Act to Contract for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C.351, et seq). 0 (6) 52.222-53, Exemption from Application of Service Contract Act to Contract for Certain Services- Requirements (Feb 2009) (41 U.S.C. 351, et seq.) 0 (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). 0 (8) 52.237-11, Accepting and Dispensing of $1 coin (Sept 2008) (31 U.S.C. 5112(p)(1). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g) 0 Alternate 1 (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C., et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) 52.212-2 Evaluation-Commercial Items. Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability Quotes shall address in detail the following information as they will be rated against these criteria. The criteria in this section are PASS/FAIL criteria. Only offerors meeting all of these criteria will be considered for contract award. Technical capability is considered the most important factor and will be evaluated on the ability of the offeror to meet or exceed the power supply specification stated in the performance specification document attached to this solicitation. Each offeror must submit data that adequately demonstrates that its product meets or exceeds the requirements of the solicitation in accordance with the clause at FAR 52.246-15, Certificate of Conformance. A general statement of compliance or restatement of the requirements is insufficient. An offeror shall include within each quote descriptive literature or description literatures such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer. Evaluation Criteria: Offerors that have obtained a PASS rating on the technical criteria listed above will then be evaluated on the following criteria in descending order of importance: 1. Price 2. Delivery 3. Past Performance (Relevant and recent) Price is the most important evaluation factor, with Delivery being the second most important evaluation factor. Price and Delivery, when combined, are more important than Past Performance. Price: The contractor shall provide pricing for requirement listed in this solicitation. Any quantity price discounts and discounts for prompt payment should be included in this section. All offerors must comply with the requirements in section (b) of FAR 52-215-20 found below. Delivery: The offer must include information on lead time and F.O.B. information in accordance with the requirements in this solicitation. Offerors that can meet the government's required delivery date will be rated higher, with offerors that are able to deliver sooner than the required delivery date rated the highest. Past Performance: The offeror shall provide three (3) past performance references that reflect relevant experience performed within the past three (3) years. Relevant experience includes that which is similar in services provided. The following information shall be provided for each reference listed: Name of Contracting Activity, Contract Number, Contract Type, Contract Amount, Short Description of Work Performed, Contracting Officer and Telephone Number, Technical Point-of-Contact and Telephone Number. Offerors may provide information on problems encountered on the identified contracts and the offeror's corrective actions. Past performance will be evaluated for relevancy and recency. More relevant past performance will be rated higher with more recent, relevant past performance rated the highest. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be given a neutral past performance rating. The Government may also use other information available from Government sources to evaluate an offeror's past performance. The Government reserves the right to limit or expand the number of references it decides to contact and to contact references other than those provided by the offeror. 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2010) 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data. (Oct 1997) Alternate IV (Oct 1997). (a) Submission of cost or pricing data is not required. (b). Provide information described below: 1. Explain the differences between the offered price, the established catalog price, and the price of recent sales in quantities similar to the proposed quantities. 2. Describe the nature of the relevant market and how that market affects the offered price including the source and date or period of any relevant market quotation or other basis for market price, the base market price, and applicable discounts or other price adjustments. 3. Provide evidence of prices charged to other customers requiring similar items. 4. Provide what constitutes the normal order size for firms paying prices and document whether or not there is a discount for larger quantities ordered. 5. Provide the sales volume to similar customers and the prices paid by those customers. 6. Provide documentation of the lowest prices recently charged to other customers for the same or similar products. 7. Provide an explanation if the offeror cannot, at a minimum, meet the Government's required delivery date. (End of provision) NOTICE FOR FILING AGENCY PROTESTS. 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. All quotations submitted by responsible sources shall be considered by the Agency, if received timely. Closing date and time for receipt of offers is April 11, 2011 4:00 p.m., EST. Anticipated award date is on or about 29 April 2011. E-mail quotes and facsimile quotes are acceptable. E-mail quotes may be sent to linda.j.stulick@uscg.mil or forwarded via to: fax number 252-335-5242 Attn: Linda J. Stulick. If submitted electronically, PLEASE indicate HSCG38-11-Q-500018 in subject line. The address for hard copy quotes should be submitted to: USCG Aviation Logistics Center Contracting Officer - HSCG38-11-Q-500018 Engineering Services Division (ESD) Elizabeth City, NC 27909-5001 Award will be based on Best Value as defined in 52.212-2 Evaluation Commercial Items (Jan 1999). The Government reserves the right to award to a higher priced quote, if deemed the overall best value to the government. Sources must have a valid Cage Code and DUNS number or the ability to obtain one, and also be registered in CCR (Central Contractor Registration) www.ccr.gov. 24 Vdc Power Supply Performance Specification 1 SCOPE 1.1 The US Coast Guard Aircraft Logistic Center (ALC) is fabricating portable roll around test carts to enable the complete system run-up of an aircraft electro optical /infrared (EO/IR) camera system. The purpose of the test cart is to apply power and control to the EO/IR camera system when removed from the aircraft for evaluation and troubleshooting. A need exists to purchase additional Single Output Power Supplies that meet or exceed the prototyped power supply specification, to prevent an engineering redesign effort of the initial prototyped test cart. 2 APPLICABLE DOCUMENTS 2.1 N/A 3 GENERAL REQUIREMENTS 3.1 Size: The Power Supply shall not exceed the following dimensions: Width 5 inches, Height 8 inches and Length 12.5 inches. 3.2 Power Input: The Power Supply shall operate on 110 volts, AC 60 Hz nominal, and with an in-rush surge current of 30 amps peak maximum. Output shall operate less than one second from turn-on. 3.3 Power Output: The Power Supply shall provide 24 volts DC up to 42 amps (1000 Watts). DC output control +- 10%. Load regulation shall be at 5% from minimum to maximum. The Noise and Ripple shall not exceed 1% off output or 200 mVp measured at the supply terminals, DC to 20 Mhz bandwidth. 3.4 Connections: The device shall have a terminal board input connection for the following: AC High, AC Low, and Chassis Ground. Input terminal board shall allow for 3/16 inch hole terminal lugs. The device shall have terminals for 24 volt DC High and Low as output connections. Output terminal board shall allow for 1/4 inch hole terminal lugs. As an option the device will have a logic connector to provide essential trouble shooting readings. 3.5 Visual Indications: The device shall have an LED on the chassis to indicate current state of operation. 3.6 Cooling: The device shall have self sustained internal fan with vents to allow for sufficient air flow. 24 Vdc Power Supply Performance Specification 4 VERIFICATION 4.1 It shall be the responsibility of the contractor to verify the product meets all the requirements of the Government and their own specifications. 4.2 Warranty: The Government may accept the contractor's standard commercial warranty. All assets returned under warranty shall be tested in accordance with Government approved acceptance tests used for acceptance. 5 PACKAGING 5.1 Shipping: Shipments will use best commercial practices for packaging. 5.2 Marking: All shipping containers shall be marked for delivery with the following: • Nomenclature • Serial Number • Contractors Part Number • Contract/Delivery Order Number • Contractors Name and Address
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-500018/listing.html)
 
Place of Performance
Address: UNITED STATES COAST GUARD, AVIATION LOGISTICS CENTER, 1664 WEEKSVILLE ROAD, ELIZABETH CITY, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02409480-W 20110327/110325234514-4cf92d180f6d4a98cdeb2613391b3db1 (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.