Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

58 -- CONTROL, RADIO SET - Required information

Notice Date
6/29/2016
 
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
HSCG40-16-Q-50430
 
Archive Date
7/22/2016
 
Point of Contact
Carolyn Ward, Phone: 410-762-6601
 
E-Mail Address
carolyn.ward@uscg.mil
(carolyn.ward@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Ombudsman Shipping requirements for HSCG40-16-Q-50430 JOTFOC for Solicitation HSCG40-16-Q-50430 Required informtation (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 HSCG40-16-Q-50430 applies and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-88 (15 JUNE 2016). (iv) This procurement is un-restricted. The North American Industry Classification System (NAICS) code is 334511 and the business size standard is 750 employees. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to Ultra Electronics. It is the Government's belief Ultra Electronics is the only company that can provide the Control, Radio Set. However, other potential sources with the expertise and required capabilities to provide this material can submit such data discussing the same in duplicate within 2 days from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. (v) Item 0001: NSN: 5820-99-213-9413, P/N: GAS5149.2, Control, Radio Set. MFG Name: Ultra Electronics LTD Quantity 20 EA. Desired Delivery date: 10/01/2016 or please indicate your best delivery date: _____________ Item 0002: NSN: 5820-99-227-3516, P/N: GAS5140.5, Control, Radio Set. MFG Name: Ultra Electronics LTD Quantity 20 EA. Desired Delivery date: 10/01/2016 or please indicate your best delivery date:_____________ Item 0003: NSN: 5820-99-587-9288, P/N: GAS5140.3, Control, Radio Set. MFG Name: Ultra Electronics LTD Quantity 20 EA. Desired Delivery date: 10/01/2016 or please indicate your best Delivery date: _____________ (vi) Place of delivery: Surface Forces Logistics Center, Receiving Room-BLDG. 88, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct. 2015). 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: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - 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. Award will be lowest technically acceptable. 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 lowest technically acceptable. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2016) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard Finance Center, 1430A Kristina Way, Chesapeake, VA 23326-3635. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (June 2016). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2015) (FAC 2005-87) (Pub.L. 109-282) (31 U.S.C. 6101 note). b. 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). c. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a) (2)). d. 52.222-3 Convict labor (June 2003) (E.O. 11755) e. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (EO 11755) f. 52.222-21, Prohibition of Segregated Facilities (Apr 2015) g. 52.222-26 Equal Opportunity (Apr 2015)(E.O. 11246) h. 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793) i. 52.222-50, Combating Trafficking in Persons (Mar 2015) j. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) k. 52.225-3, Buy American Act- Free Trade Agreements- Israeli Trade Act (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169). l. 52.225-13, Restrictions 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). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332). n. 52.233-3 Protest after award (Aug 1996) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) QUESTIONS ARE DUE BY 7/5/16 AT 12 PM EST. QUOTES ARE DUE BY 7/7/16 AT 4 PM EST. Proposals may be faxed to (410) 762-6008 or emailed to Carolyn.ward@uscg.mil. (xv) Point of Contact: Carolyn Ward, Purchasing Agent, Tele. No. 410-762-6601, email address: Carolyn.ward@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-50430/listing.html)
 
Record
SN04165994-W 20160701/160629234855-a59781b4ef8a3737bf92eb86602fcdbd (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.