Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

58 -- MOTOROLA RADIOS - brand name mandatory JOTFOC

Notice Date
7/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
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-P-PD026
 
Point of Contact
CHRISTOPHER H LANE, Phone: 4107626106
 
E-Mail Address
CHRISTOPHER.H.LANE@USCG.MIL
(CHRISTOPHER.H.LANE@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
Brand name mandatory justification. (i) 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; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 21163757PD026/HSCG40-16-Q-P-PD026 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation will be BRAND NAME MANDATORY FOR MOTOROLA OEM PARTS/EQUIPMENT. This is a combined synopsis/solicitation for commercial items, prepared in accordance This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, effective, 15 June 2016. (iv) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. The North American Industry Classification System (NAICS) code is 423690 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. (v) The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. Award will be made on an all or none basis and lowest technically acceptable price. (vi) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: ITEM 1: Motorola APX 1000 portable radio in 851-870Mhz. PN: H84KDH9PW7 N QUANTITY _35_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE: _15 September 16__or your soonest__ ITEM 2: ENH P25 Conventional PN: QA04097 QUANTITY _35_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE: _15 September 16__or your soonest__ ITEM 3: IMPRES LI-ION 2300MAH PN: QA02749 QUANTITY _35_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE: _15 September 16__or your soonest__ ITEM 4: 2.5 INCH BELT CLIP PN: Q598 QUANTITY _35_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE: _15 September 16__or your soonest__ ITEM 5: ENH 2YR SFS LITE PN: H885BK QUANTITY _35_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE: _15 September 16__or your soonest__ ITEM 6: CHARGER SINGLE UNIT IMPRES 1.25A PN: WPLN4232A QUANTITY _15_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE: _15 September 16__or your soonest__ ITEM 7: IMPRES 2 WIRE SURVEILLANCE-BLK PN: PMLN6127A QUANTITY _35_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE: _15 September 16__or your soonest__ ITEM 8: VATT IMP LI-ION 2300M 2350T PN: PMNN4424AR QUANTITY _35_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE: _15 September 16__or your soonest__ ITEM 9: MUC 6-SLOT, CHARGER IMPRES PN: WLPN4219B QUANTITY _05_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE: _15 September 16__or your soonest__ ITEM 10: PORTABLE PROGRAMMING CABLE PN: PMKN4012B QUANTITY _02_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE: _15 September 16__or your soonest__ FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following: QUESTIONS PERTAINING TO THIS RFQ SHOULD BE DIRECTED TO: SKC CHRISTOPHER LANE at CHRISTOPHER.H.LANE@USCG.MIL NO LATER THAN 22 AUG 15 (vii) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 80,Baltimore, MD 21226. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM EST. PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard, Surface Forces Logistics Center, Bldg. 80, 2401 Hawkins Point Road, Baltimore, MD. 21226, on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment to Surface Forces Logistics Center locations. Package shall all provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock number (if applicable) and Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1:00 P.M. *PLEASE NOTE - NEW RECEIVING HOURS* GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order. (viii) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. 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 to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or email. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number. (ix) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order 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: The Government will evaluate offers based on lowest technically acceptable price.. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2016) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) 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, P.O. Box 4122, Chesapeake, VA 23327-4122, Phone 757-523-6940 or Email address for submission of invoices is FIN-SMB-YARDTEAM@USCG.MIL. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jul 2014) (xiii) FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Item). (xiv) The Contractor shall comply with the 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) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6. (2) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)). (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (6) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (7) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (8) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (9) 52.225-1, Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d). (10) 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). (11) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management Registration (Jul 2013) (Deviation) (xv) Quotes are due by 23 August 2014 @ Midnight EST. Questions and quotes may be emailed to CHRISTOPHER.H.LANE@USCG.MIL Contractors are responsible for verifying receipt of quotes. (xvi) POC is SKC Christopher Lane, Purchasing Agent, 410-762-6106. Questions regarding this Request for Quotation need to be submitted in writing to by Email CHRISTOPHER.H.LANE@USCG.MIL 22 August 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-P-PD026/listing.html)
 
Record
SN04195007-W 20160727/160726000109-4ea38515c0951e0a1bce981e761d0797 (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.