Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2007 FBO #2124
SOLICITATION NOTICE

58 -- Datum Marker Buoys

Notice Date
9/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-07-Q-20366
 
Response Due
9/28/2007
 
Point of Contact
Kathleen Harrigan, Contract Specialist, Phone 410/762-6481, Fax 410/762-6640, - Joseph Neil, Contracting Officer, Phone 410-762-6486, Fax 410-762-6640,
 
E-Mail Address
Kathleen.A.Harrigan@uscg.mil, Joseph.B.Neil@uscg.mil
 
Description
The U.S. Coast Guard engineering Logistics Center, Baltimore, MD has a requirement for Datum Marker Buoy (2 items) as follows: 1. NSN 5825-01-378-9225, Datum Marker Buoy, 242.65 MHz, AM, DME Corporation part number G1-09-0001-002 ONLY, quantity 30 each. 2. NSN 5825-01-378-9192, Datum Marker Buoy, 156.750 MHz FM, G1-09-0002-001 ONLY, quantity 10 each. Packaging/packing shall be in accordance with ASTM-D3951 ?Standard Practice for Commercial Packaging?. Marking shall be in accordance with MIL-STD-129,and bar coding is required and shall be in accordance with U.S. Coast Guard Bar Coding Specification number D-000-0100 Revision F dated 06/00. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Quotation shall include, proposed delivery in days, pricing for items individually packed, marked and bar coded, the company Tax Identification Number and Duns Number. Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2007). Quotations shall be received no later than Sept 28, 2007, with anticipated award date of Oct 5, 2007. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. Award will be based on all items or none. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC-2001-26, and FAR subpart 4.12 Annual Representations and Certifications, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 334511 and the small business size standard is 750 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 06); 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (AUG 2007). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 06) ; 52.222-36, Affirmative Action for Workers with Disabilities (JUN 98); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era SEP 06); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUG 07), 52.225-1, Buy American Act-Supplies (JUN 03); 52.225-13, Restriction on Certain Foreign Purchases (FEB 06); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 03). The following clauses are incorporated as addenda to this solicitation: HSAR clause 3052.211-90 Bar Coding Requirements (DEC 2003), HSAR clause 3052.213-90 Evaluation Factor for Coast Guard performance of bar coding requirement (DEC 2003); and HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates in all solicitations and contracts. Copies of HSAR clause may be obtained electronically at http://www.dhs.gov.. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil.. It is the Government?s belief that only DME Corporation, the Original Equipment Manufacturer, possess the required technical and engineering specifications required to manufacture these items. The Government did not procure this information, or the right to use this information. It is the Government?s intention to solicit and negotiate only with DME Corporation. The closing date for receipt of Request for Quote is 9/28/07. Production delivery is required Delivery is 150/180 after receipt of purchase order. FOB: Destination, U.S. Coast Guard Engineering Logistics Center, Baltimore, Maryland 21226-5000. All responsive and responsible firms may submit an offer which will be considered by this agency. *NOTE: SEE NOTE 22! NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-07-Q-20366/listing.html)
 
Record
SN01411057-F 20070920/070919144736 (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.