Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

62 -- DIRECT LED 4FT Replacement Lamps

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025911T0496
 
Response Due
9/22/2011
 
Archive Date
9/30/2011
 
Point of Contact
Joseph Bancod 619-532-6165
 
E-Mail Address
Contract Specialist
(Joseph.Bancod@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE OF INTENT This is a COMBINED SYNOPSIS/SOLICITATION for commercial items for Direct LED 4FT replacement lamps. IAW FAR 13.106-1(b). Prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. The Request for Quotation (RFQ) number is N00259-11-T-0496. The closing date is September 22, 2011 @ 08:00AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 339122; Size: 500. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following item: Direct LED 4FT replacement Lamps For: ROBERT E BUSH NAVAL HOSPITAL MAGTFTC MCAGCC BOX 788250, TWENTYNINE PALMS CA 92278-8250. CLIN 0001: Brand Name or Equal. EarthLED Direct LED 4FT replacement Lamps DL 4FT 15W 90V~277V Bi Pin Part# E-DL4FT-15-21-G-ND-19-NW-C QTY: 3,465 Unit of Issue: EA, Price: $______ Salient Characteristics: LED Technology Lamp, Bi-Pin, LED: Dip 300, Voltage: AC 100~277V, Frequency: 50hz/60hz, Current: 0.18A-0.06A, Watts: 17W, Color: Natural White. Power Consumption: 15 Watts Number of LEDs used: 300 (DIP or SMD) Input Voltage: Standard: 90 277 VAC 12 Volt AC 12 VAC 12 Volt DC 12 VDC 24 Volt AC 24 VAC 24 Volt DC 24 VDC Available Beam Angles: 120 or 60 Base Types: Warm White Lumens: 1300 C / 1250 F Neutral White Lumens: 1400 C / 1350 F Cool White Lumens: 1500 C / 1450 F Warm White Kelvin: 3000 Bi Pin, Single Pin, RDC (HC Sleeve) Luminous Flux (C Clear / F Frosted): ot Tue Lamp Neutral White Kelvin: 4100 Cool White Kelvin: 5800 CRI: Warm White: 75 Neutral White: 75 Cool White: 75 Dimmable: Non Dim Only Product Weight: 1.25 lb Lifespan: 50,000 hrs Application Suggestion #1: Operating Temp. Range *C*: ** 20 C~45 C ** Application Suggestion #2: Operating Temp. Range *F*: ** 4 F~113 F ** Application Suggestion #3: Replacement For: T8,10,12 Fluorescent Application Suggestion #4: Warranty: 3 yrs Application Suggestion #5: Power Factor: >.95 Application Suggestion #6: IP Rating: IP50 Application Suggestion #7: Application Suggestion #8: Application Suggestion #9: IESNA: LM79 Application Suggestion #10: Certifications: CE, UL, ROHS, Pb Free Rated Usage: Indoor or Vapor Tight Fixtures CLIN 0002 Shipping, Price: $______ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (APR 2008) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.219-1 Small Business Program Representations (MAY 2004) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-36 Payment by Third Party (MAY 1999) 52.233-3 Protest After Award (AUG 1996) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. Significant evaluation factors: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance ;(iii) price in descending order of importance. Technical and past performance, when combined, are equal to price. The proposed contract is restricted to domestic sources under the authority of (FAR 6.302-3.) Foreign sources, except Canadian sources, are not eligible for award. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. Email your quote to Joseph Bancod on or before 08:00AM Pacific Standard Time on September 22, 2011. Email: Joseph.Bancod@med.navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0496/listing.html)
 
Place of Performance
Address: Robert E Bush Naval Hospital
Zip Code: MAGTFTC MCAGCC BOX 788250, TWENTYNINE PALMS, CA
 
Record
SN02574908-W 20110915/110914001056-5a8af3dac2d871a8d5211821d9bf586e (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.