Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

99 -- Amplifier-Power (1KW) PA-2220A (13499 - JOTFOC - 1449

Notice Date
8/8/2012
 
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
HSCG40-12-Q-FZ036
 
Point of Contact
Dennis S Kokoskie, Phone: 4107626097
 
E-Mail Address
Dennis.S.Kokoskie@uscg.mil
(Dennis.S.Kokoskie@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Vendor to fill out and return. JOTFOC This is a combined synopsis/solicitation for commercial items prepared in accordance with Parts 6.302-1, 12.6 and 15 of the Federal Acquisition Regulation(FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Proposal (RFP) Solicitation Number is HSCG40-12-Q-FZ036. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The applicable North American Industry Classification Standard Code (NAICS) is 334511. The Small Business size standard is 750 employees. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) Shared Services Division intends to award a firm, fixed price Contract for the purchase of PA-2220A (13499) Amplifier-Power (1KW), NSN 5895-01-504-8373, P/N 270-2695-020. SEE ATTACHED SCHEDULE OF SUPPLIES/LIST OF LINE ITEMS AND QUANTITIES. It is the Government's intent to solicit and negotiate with Rockwell Inc., or their authorized distributors. It is anticipated that a non-competitive contract shall be awarded to Rockwell Collins as a result of this synopsis/solicitation. All parts must be manufactured by the Original Equipment Manufacturer (OEM), Rockwell Collins Inc. It is the Government's belief that Rockwell Collins Inc. is the only source that manufactures the PA-2220A (13499) Amplifier-Power (1KW). Concerns that have the expertise and required capabilities to provide the Amplifiers are invited to submit an offer, demonstrating their capabilities in accordance with the requirements stipulated in this synopsis/solicitation. Drawings, specifications and technical data are proprietary to the OEM and cannot by furnished by the Government. All items shall be direct delivered to Surface Forces Logistics Center (SFLC). FOB: Destination. The government desires delivery of supplies within 9 months or sooner after award. Packaging, packing and preservation shall be in accordance with best commercial practices without incurring damage during shipment and handling. Each item shall be packaged IAW ASTM D 3951. Each Unit shall be individually marked IAW MIL-STD-129. Items shall be marked IAW ASTM D 3951, Part Number, Nomenclature, Quantity, Contract Number and Line Item Number as identified in the contract. Bar coding is required IAW AIM BC 1. Final inspection and acceptance shall take place at destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. Marking of warranted items. Pursuant to the requirements of FAR 46.706(b)(5), the Contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of the warranty. Markings may be brief but should include (i) a brief statement that the warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. For commercial items, the contractor's trade practice in warranty marking is acceptable if sufficient information is presented for supply personnel and users to identify warranted supplies. The following FAR provisions/clauses are incorporated by reference: 52.212-1, Instructions to Offerors-Commercial Items (FEB 2012). The following addenda is added to 52.212-1: (1) Paragraph (b) - REQUIRED TECHNICAL QUALIFICATIONS - 1. Offeror shall be the OEM or an authorized dealer for Rockwell Collins Inc. Offers submitted by other than the OEM shall include complete and current technical and engineering data (i.e. salient physical, function and performance characteristics) or data verifying that the offered equipment has been satisfactorily manufactured for the Government or OEM in the past. Authorized dealers shall submit documentation/certification as an authorized agent for the OEM as part of their proposal package. PAST PERFORMANCE - The Offeror shall supply at least three (3) contracts completed during the past three (3) years or currently in process for the same or similar items as solicited under this notice. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide past performance information for any major subcontractor and all submissions must be relevant to the scope of work they may perform under the contract resulting from this synopsis/solicitation. References other than those provide by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the Offeror's past performance. The Government may waive the submission of past performance information by the Offeror if adequate data already exists on file within this office. FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999). The following addenda is added to FAR Clause 52.212-2: PROPOSAL EVALUATION - Offers received in response to this synopsis/solicitation shall be evaluated on a best value basis considering the following factors, listed in order of precedence: i). Total price, ii). Technical Capability, including the ability to provide genuine, newly manufactured OEM parts in strict accordance with the stated descriptions/schedule of supplies, iii). Delivery Time, and iv). Past Performance. The evaluated price will be ascertained by adding together the cost for each line item to achieve a final price for evaluation purposes. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding and ability to perform the contract. The Government intends to make an award without discussions. FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2012)-(ii) Alterntae I (Apr 2012) Offerors shall complete only paragraph (b) of this provision if the offeror HAS completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror HAS NOT completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraph (c) through (o) of this provision. The following FAR provisions and clauses apply to this Request for Proposal (RFP) and are incorporated by reference: FAR 52.204-7, Central Contractor Registration (Feb 2012). FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2012). The following addenda is added to 52.212-4: 1) FAR 52.246-1, Contractor Inspection Requirements (APR 1984) The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to the contract requirements, including any applicable technical requirements for specified manufacturer's parts. This clauses takes precedence over any Government inspection and testing required in the contract's specifications, except for specialized inspections or tests specified to be performed solely by the Government. 2) FAR 52.246-2, Inspection of Supplies - Fixed Price (Aug 1996). 3) Invoicing Requirements - Each invoice shall contain the following information: a) Contract Number (to be provided upon contract award), b) Invoice Number and Invoice date, c) DUNS Number, d) Name of the Contract Specialist- Dennis S. Kokoskie and Contracting Officer -Susanna J. Wiedmann. Indication as to whether or not it is the Final Invoice under the contract. Address for submission of invoices (in order of preference): Electronic invoice/receipt form at http://WWW..FIN-SMB-YARDTEAM@USCG.MIL, or Fax to 757-523-6900, or Mail to: U.S. Coast Guard Finance Center, P.O. Box 4122, Chesapeake, VA 23327-4122. Payment Terms; The Government's normal payment terms are NET 30; however, Offerors may propose discounts for prompt payment. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.acquisition.gov/far; HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); HSAR 3052.242-72, Dissemination of Contract Information (Dec 2003); HSAR 3042.242-72, Contracting Officer's Technical Representative (Dec 2003). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (July 2012) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards (Feb 2012), 52.209-6, Protecting the Government's Interest when subcontracting with Contractors debarred, suspended, or proposed for debarment (Dec 2010) (31 U.S.C. 6101 note), 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)), 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2))., 52.222-3, Convict Labor (Jun 2003)(E.O. 11755), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers(Oct 2010) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 52.225-1, Buy American Act -Supplies (Feb 2009) (41 U.S.C. 10a-10d), 52.225-13, restrictions on Certain Foreign Purchases (Jun 2008) (E.O..'s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The closing date and time for receipt of offers is 28 August 2012, 2:00 pm e.s.t. POC for this requirement is Dennis S. Kokoskie, Contract Specialist, phone (410) 762-6097and email dennis.s.kokoskie@uscg.mil. Quotes can be emailed which is HIGHLY preferred. All responsible and responsive sources are invited to submit an offer which will be considered by this agency. Companies shall provide a valid DUNS, be registered with Central Contractor Registrations (CCR) and shall provide the company Tax Identification Number (TIN) with their offer. Vendor is responsible for verifying quotes are received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-FZ036/listing.html)
 
Place of Performance
Address: 2401Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02832273-W 20120810/120809001527-e06be7080fcb73cdf1d75f2d5226c928 (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.