Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2007 FBO #1944
SOLICITATION NOTICE

61 -- Ultra Maxx Battery Chargers

Notice Date
3/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-07-Q-500016
 
Response Due
4/5/2007
 
Archive Date
4/20/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written document will not be issued. HSCG38-07-Q-500016 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-15. The applicable NACIS number is 335999 and the small business size standard is 500 employees. This procurement is unrestricted. The purchase order will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13 for the following items: The United States Coast Guard (USCG) has a requirement for 8 battery chargers and 8 wall mounting brackets for proper mounting of the chargers. The chargers will be used on MX4 electric medium duty tow tractors manufactured by TUG technologies. The charger works in concert with the Battery Identification Device (BID) that is installed on the DEKA 80 volt battery installed in the MX4 electric tow tractor at manufacture. The battery charger shall have the capability of accepting 208, 240, and 480 line voltage input power which is a feature that is required because facility power available at USCG Air Stations varies from one unit to the other. Each individual charger shall be set up for the appropriate line voltage input power depending on which unit is to receive the charger. The charger and the BID work together to identify the battery being charged, maintains a charging record, identifies each charge cycle to a specific battery, automatically monitors battery temperature during charge to adjust the charging voltage to maximize battery life (opportunity charging) and charges 20% charged batteries up to 80% charge in 3 hours or less (essential at Air Stations where equipment must be ready 24/7/365) to respond to Search And Rescue (SAR) cases and other emergencies. Clin # 1: Part # 555T3-40UM, Ultra Maxx Battery Charger going to the following Air Stations; USCG Air Station Group, Atlantic City, NJ, QTY 2 each; USCG Air Station Houston, TX, QTY 2 each; USCG Air Station San Diego, CA QTY 1 each; USCG Air Station Elizabeth City, NC, QTY 1 each; USCG Hitron Hanger 13, Jacksonville, FL, QTY 2 each. Clin # 2 Part 390850-002, Wall Mounting Bracket Kit going to the same units as the battery chargers in the same quantity. Delivery shall take place no later than July 1, 2007. Used, reconditioned, overhauled, or remanufactured material is not acceptable. Drawings are not available and cannot be furnished by the U. S. Coast Guard. Packaging, packing and preservation shall be in accordance with best commercial practices to enable shipment to destination. All items shall be individually packaged and labeled. Labeling shall include the appropriate Part Number, Stock Number, Nomenclature, Purchase Order Number and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Bar coding is not required. DELIVERY: shall be as noted above. Inspection and acceptance shall be performed at destinations by receiving personnel for count and condition only. The following FAR Subpart 12 provision and clauses are incorporated by reference: Far 52.212.1 Instructions to Offerors-Commercial Items (SEP 2006). Facsimile or e-mail quotes are acceptable and may be faxed to (252) 334-5242 or e-mailed to linda.j.stulick@uscg.mil. The closing date for receipt of quotes is April 5, 2007. Quotes may be F.O.B. Destination or F.O.B. Origin, freight prepaid. F.O.B. Origin, freight prepaid quotes must include shipping prices for the purpose of evaluating quotes to determine lowest overall cost to the Government and to be considered responsive. Quote may be submitted on company letterhead stationary and must include the following information: Solicitation number, Nomenclature, Part Number, National stock Number, Unit Price, Extended Price, Payment terms and offered for prompt payment, shipping costs and must include the required FAR 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2006) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by e-mail request to linda.j.stulick@uscg.mil or by calling the agency. All responsible sources may submit an offer which shall be considered. Contractors must have a valid Cage Code and DUNS Number and be registered with CCR. For information regarding this RFQ contact Linda Stulick at 252-335-6204 or linda.j.stulick@uscg.mil or mail Linda Stulick Purchasing Agent, U. S. Coast Guard, ARSC. EISD, Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), para (a) technical acceptability, delivery price and past performance. Technical acceptability when combined are more important than price and past performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006). Offerors shall include a completed copy of this provision with offer or complete only paragraph (j) of the 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 paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) with the following addenda: FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.247-45 F.O.B. Origin and /or F.O.B> Destination Evaluation (APR 1984), FAR 52.252-1 Solicitation Provisions Incorporated by reference (FEB 1998), FAR 52.252-2 Clauses Incorporated by reference (FEB 1998) Full text may be accessed electronically at internet address www.arnet.gov/far; Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2006) (a) (b), FAR 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veteran, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), FAR 52.225-3 Buy American Act Free Trade Agreement-Israeli Trade Act (NOV 2006) (41U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S. C. 2112 note, Pul.L. 108-77, 108-78, 108-26), FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) E.o.s., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C.3332).
 
Place of Performance
Address: U.S.COAST GUARD, AIRCRAFT REPAIR & SUPPLY CENTER, ENGINEERING INDUSTRIAL SUPPORT DIVISION, ELIZABETH CITY, NC
Zip Code: 27909
Country: UNITED STATES
 
Record
SN01256875-W 20070324/070322220614 (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.