SOLICITATION NOTICE
59 -- Various Digital Stereo Equipment
- Notice Date
- 8/28/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- DTCGG8-02-Q-HFC019
- Response Due
- 9/6/2002
- Point of Contact
- SK3 Ryan Storino, Purchasing Agent, Phone (202) 267-1574, Fax (202) 267-4727, - SK3 Ryan Storino, Purchasing Agent, Phone (202) 267-1574, Fax (202) 267-4727,
- E-Mail Address
-
mstorino@comdt.uscg.mil, mstorino@comdt.uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- NAICS: 421620 SBA SIZE STANDARD: 100 DESCRIPTION: The U.S. Coast Guard intends to procure various stereo equipment. One (1) Digital Stereo System-Freq Range 300-450mhz. One (1)EA Internal Battery/Recharge System w/ Internal Speakers for above System. One (1) EA Repeater Capable-Dual Use, Transmitter for Digital Stereo System 1429 and 1433mhz. One (1) EA LMO Microphone. One (1) EA Combo Case-including, One (1) Pelican Case w/ internal wiring, power supply, pre-cut storage inserts, plug set and output panel. One (1) EA Panel Antenna, 9dbi gain diversity Receiving Antenna, 1400mhz (4"x4"x1") w/ Two (2) EA 10ft cables. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a(n) Small-Business Set-Aside basis. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 4:00 PM, ET, September 6th, 2002. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Specifications and compatibility of system/process with existing agency configuration. Offerors must submit an original and two copies of the proposal to Ryan Storino, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to mstorino@comdt.uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 00), 52.212-4 (Aug 00), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 00). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, September 3rd, 2002. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: <http://osdbuweb.dot.gov>
- Place of Performance
- Address: USCG Headquarters, 2100 Second St SW, Washington, DC
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN00152257-W 20020830/020828213830 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |