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 -- CENTRAL UNIT - HSCG40-16-Q-5ZF066

Notice Date
7/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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-5ZF066
 
Archive Date
8/17/2016
 
Point of Contact
Kathleen Lobasso, Phone: 410-762-6494
 
E-Mail Address
kathleen.k.lobasso@uscg.mil
(kathleen.k.lobasso@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
sole source just TERMS AND CONDITIONS SF 1449 The USCG Surface Forces Logistics Center, Baltimore, MD has a sole source requirement for the following: 1. NSN 5830-01-608-5936 CENTRAL UNIT, GREEN, P/N RF-78001-CU100, OEM: HARRIS CORPORATION, QTY 10 EA PACKAGING AND MARKING REQUIREMENTS: SHALL BE IAW SP-PP&M-001 (REV D). DTD 10/1/00 Delivery is required on or before 11/1/16. THIS IS A BRAND NAME ONLY SOLICITATION, IT HAS BEEN DETERMINED THAT NO OTHER BRAND WILL FIT THE GOVERNMENT NEEDS. It is the Government's belief that only HARRIS CORPORATION, can meet our requirement. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-80(March 2015) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 334220 and the Small Business Size Standard is 1250. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis /solicitation. EVALUATION: Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on lowest technically acceptable price. The following FAR Clause provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2015) with Alternate I. (This clause is contained in Attachment I). Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. 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 must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided 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. The following most recent FAR Clauses apply to this solicitation. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014). Offerors may obtain full text versions of this clause electronically at www.arnet.gov.; FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (This clause is contained in Attachment II) Companies must have valid DUNS numbers, be registered with the System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their quote. All responsible sources may submit a quotation, which if timely received, shall be considered by this Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-5ZF066/listing.html)
 
Place of Performance
Address: N/A, United States
 
Record
SN04195307-W 20160727/160726000446-5dc1fccc12c8c61b1ad53047c9abbef7 (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.