Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2024 SAM #8227
SOLICITATION NOTICE

62 -- LED Marine Lanterns

Notice Date
6/4/2024 7:42:04 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
DOL-9 NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08424RWOPL0005
 
Response Due
6/18/2024 1:00:00 PM
 
Archive Date
07/03/2024
 
Point of Contact
Barbara T. Spruill, Phone: 7576284159, Fax: 7576284135, COURTNEY BAKER-WILLIAMS, Phone: 7576284042, Fax: 7576284135
 
E-Mail Address
barbara.t.spruill@uscg.mil, COURTNEY.BAKER-WILLIAMS@USCG.MIL
(barbara.t.spruill@uscg.mil, COURTNEY.BAKER-WILLIAMS@USCG.MIL)
 
Description
The U.S. Coast Guard, Operational Logistics Command (LOG-95), in Norfolk, VA has a requirement for LED Marine Lanterns.� The Contractor shall manufacture and deliver Light Emitting Diode (LED) Marine Lanterns for USCG Waterway Operations Product Line (WOPL) used by Aids to Navigation (ATON) units across the U. S. Coast Guard that meet the requirements identified in the Specification for Fabrication of Light Emitting Diode (LED) Marine Lanterns; Specification No. 506, Rev 4 (17 Apr 2024).� These specifications include certain measurements, optical performance, power and control systems, service life and maintenance, sizes, and mass, mounting provisions, and environmental conditions requirements. The Contractor shall furnish all necessary material, labor (direct and indirect), equipment, transportation, facilities and supervision to manufacture, fabricate and ship the LED Marine Lanterns. �The Contractor shall provide the necessary program management oversight to assure that all delivery schedules are met and the subcontracted parts and services, if any, meet all requirements of this contract. Attachment � Specification No. 506, Rev. 4 (17 Apr 2024) The solicitation will be issued �unrestricted� under Full and Open Competition in accordance with FAR Subpart 6.102.� The applicable NAICS Code is 334511 and the size standard is 1,250 employees. The intended contract vehicle will be a Requirements contract with fixed unit prices with economic price adjustment for diesel fuel; individual delivery orders will be issued pursuant to the contract when supplies are required. The period of performance is anticipated to be for a one-year Base year Period and 4 one-year Option Periods (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start August 2024. Please note that to be eligible for award your company must be registered in the System for Award Management (SAM) database at the SAM Website at https://sam.gov.� Please address all requests for additional information, comments, and questions to Ms. Barbara Spruill, Contract Specialist/CTR, (757) 628-4159 or Barbara.T.Spruill@uscg.mil. IMPORTANT: The Solicitation will be available on or about June 26, 2024. �Interested parties are hereby notified that this solicitation will be available exclusively on the Sam.gov under Contract Opportunities - website https://sam.gov.� The solicitation, all attachments and amendments, as required, will be published for viewing and printing from the SAM.gov website. Interested parties are responsible for monitoring the SAM website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e504b3fe7e564da2ba3a7f103cb85e9c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07085962-F 20240606/240604230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.