SOLICITATION NOTICE
63 -- 87' WPB INTRUDER ALERT SYSTEM FOR USCG - FAR: 52.212-5 - FAR 52.212-3
- Notice Date
- 3/6/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG40-15-Q-6673K34001001
- Archive Date
- 3/7/2016
- Point of Contact
- Kimberly R. Holubec, Phone: 7576284801
- E-Mail Address
-
Kimberly.R.Holubec@uscg.mil
(Kimberly.R.Holubec@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FAR 52.212-3 52.212-3 FAR 52.212-5 (MARCH 2015) HSCG40-15-Q-6673K34001001 due 03/12/2015 The USCG Surface Forces Logistics Center has a requirement for the following 87' WPB Intruder Alert System Prototype: 1) MODICON M340 PROCESSOR MODULE Accepting 1024 discreate I/O,256 analog I/O, furnished with ethernet Modbus/TCP-RJ 45 port 10/100 Mbit/sec, Modbus master/slave RTU/ASCII character mode-RJ45 port RS232/RS485, execution time for instruction Boolean 0.12 micro sec, word 0.25 micro sec, power consumption 24VDC/95mA P/N:BMXP342020 QTY: 2 EA 2) Modicon M340 Power Supply Module, primary voltage 24VDC/1 amp, secondary 3.3VDC/2.5 Amp, furnished with integrated protection against overload, short circuit and overvoltage. P/N: BMXCPS2010 QTY: 2 EA 3) Single rack to install power supply, processor, discreate/analog I/O. The rack incorporate a Bus X, distribute power for each I/O module in the rack and data service signal, 8 slot. P/N: BMXXBP0800 QTY: 2 EA 4) MODICON M340 ANALOG INOUT MODULE Modicon M340 analog input module, input voltage Range +/-10VDC, 0-10VDC, 0-5VDC, 1-5VDC, +/-5VDC, input current 0-20mADC and 4-20mA. 8 channels isoloated. P/N: BMXAMI0810 QTY: 4 EA 5) MODICON M340 2-WAY ASYNCHRONOUS Modicon M340 2-Way asynchronous serial line module for Modbus Serial (master/slave) and Character Mode communication, 2xRS-485/RS-232 Comm Port. P/N: BMXNOM0200 QTY: 2 EA 6) MODICON M340 DISCREATE MODULE OUTPUT Modicon M340 Discreate Output (Relay) Module, 8 Channels,Operating Voltage 24-125VDC, or 200-264VAC, max current 2Amp, Without Common Point. P/N: BMXDRA0805 QTY: 2 EA 7) MODICON M340 DISCREATE INPUT MODULE Modicon M340 discreate input module, 24VDC/3.5mA max, positive (sink) per channel, 16 channels. P/N: BMXDDI1602 QTY: 2 EA 8) MAGELUS SMART BLANK COMPACT FLUSH CARD Magelus smart, blank compact flush card for touch screenpanel, 1GB. P/N: MPCYN00CF100N QTY: 2 EA 9) SCREW TYPE 20-WAY TERMINAL BLOCK Screw type 20-way removable terminal block for Connecting sensors. P/N: BMXFTB2010 QTY: 6 EA 10) GRAPHIC TOUCH PANEL 15" TFT COLOR Graphic Touchpanel, 15" TFT Color, furnished with Integrated connection type for serial links RJ45 RS485, SUB D-9 RS232C/RS422/RS485, Ethernet TCP/IP RJ45, USB Type master port, 64MB DRAM Memory, Voltage Supply 24VDC, 8 Level brightness via touch panel. P/N: XBTGT7340 QTY: 2 EA 11) SCREW TYPE 28-WAY REMOVABLE TERMINAL BLOCK Screw type 28-way removable terminal block for Connecting sensors. P/N: BMXFTB2800 QTY:4 EA 12) MODICON M340 DISCREATE OUTPUT (RELAY) MODULE Modicon M340 Discreate Output (Relay) Module, 16 Channels, Operating Voltage 24-125VDC, or 200-264VAC, max current 2Amp, With 2 Common Point. P/N: BMXDRA1605 QTY: 2 EA 13) WALL MOUNTED 304 STAINLESS STEEL ENCLOSURE Wall Mounted 304 Stainess Steel Enclosure, Type 4X,furnished with panel mounting studs and 304 stainless steel hidden hinges, Dimension 30"x20"x10". Replace slotted latching with CLKMS7 and Key. P/N: CSD302010SS QTY: 2 EA 14) FIBERGLASS RISED COVER Fiberglass rised cover with 316 stainless steel latch and window cover 8"x6", Type 4X, dimensions 9.7"x7. 71"x5. 91". P/N: RHJB1008HWPL1LG QTY: 2 EA 15) MOUNTING PANEL Mounting panel, Steel, Dimension 8.75"x6.88" P/N: A10P8 QTY: 4 EA 16) THREADED PANEL EXTENDER KIT Threated Panel Extender Kit, Male and Female Threat Size 10-32, Length 1". P/N: APE100 QTY: 4 EA 17) LOUVER PLATE KIT Louver Plate Kit, Steel, Dimension 3.25"x3.25'. P/N: AVK23 QTY: 2 EA 18) MOUNTING PANEL, STEEL Mounting Panel, Steel, Dimension 28.2"x18.2. P/N: CP3020 QTY: 2 EA 19) MOUNTING PANEL, STEEL Mounting Panel, Steel, Dimension 10.43"X8.27". P/N: Q3023PD QTY: 2 EA 20) FIBERGLASS TYPE 4X ENCLOSURE Fiberglass type 4X Enclosure, Cross-point captivated cover screw, Dimension 11.54"x8.87"x3.11". P/N: Q30239PCD QTY: 2 EA 21) THREADED PANEL EXTENDER KIT Threated Panel Extender Kit, Male and Female Threat Size 10-32, Length 1/2". P/N: APE050 QTY: 2 EA 22) COMPACT SIGNAL HORN Compact Signal Horn with audible sound up to 75dB at 3ft, with 2 selectable alarm sound patters of Alarm Sound, Power Supply 24VDC. P/N: BM-202D QTY: 2 EA FOB destination is preferred. However, if you choose to ship FOB Origin please indicate your shipping charge in your quotation. 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 334290 and the Small Business Size Standard is 750. 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. Quotations should be written and submitted in a legible format. Quotes must contain the contractor's DUNS Number. Quotes must be received not later than March 12, 2015. Quotes must be emailed to Kimberly.R.Holubec@uscg.mil. EVALUATION: Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. 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 FAR Clauses apply to this solicitation. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MARCH 2015). 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 (Oct. 2014). (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/COUSCGMLCA/HSCG40-15-Q-6673K34001001/listing.html)
- Place of Performance
- Address: U.S. COAST GUARD YARD, ATTN: ANDREW MIERZWA, SHOP 31, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN03660306-W 20150308/150306234425-4ee1dd0294cd737100e147b666439584 (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 |