COMMERCE BUSINESS DAILY ISSUE OF JULY 21,2000 PSA#2647 Department of Transportation, United States Coast Guard (USCG),
Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins
Point Road, Building 31, Mail Stop 26, Baltimore, MD, 21226-5000 62 -- 62 MARINE LAMPS SOL DTCG40-00-Q-72272 DUE 081100 POC Devora
Merrick, Purchasing Agent, Phone 410-762-6507, Fax 410-762-6071, Email
dmerrick@elcbalt.uscg.mil -- James McGuirk, Contracting Officer, Phone
410-762-6486, Fax 410-762-6056, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG40-00-Q-72272&LocID=493. E-MAIL: Devora Merrick, dmerrick@elcbalt.uscg.mil. The
US Coast Guard Engineering Logistics Center Baltimore MD is soliciting
quotations for the following brand name or equal parts. 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. This action is issued as a Request for
Quotes under solicitation number: DTCG40-00-Q-72272. This solicitation
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-18. This solicitation is set aside 100
percent for small business. The SIC code for this solicitation is 3641
and the small business size standard is 1000 employees. Item 001:
Salient Characteristics: Lamp, Incandescent, Bulb Designator S-11, Bulb
style B22 S, Filament CC-8, 1.0 AMP, 12 Volt, 145.0 lumens nominal,
Base style A25 single contact candelabra pre focus, NSN:
6240-01-420-4236. QTY: 200 BX, 10 each per BX, MFG: Automatic Power
Inc. Part Number: 4060-0180 or MFG: Tideland Signal Corp. Part Number:
1851055-00. Item 002: Salient Characteristics: Lamp, Incandescent,
Bulb Designator S-11, Bulb Style B22 S, Filament CC-8, 3.0 Amp nominal,
12 volt 600 lumens nominal, Base style A25 single contact candelabra
pre focus, NSN: 6240-01-420-4246. Qty: 200 BX, 10 each per BX. MFG:
Automatic Power Inc. Part Number: 4060-01879 or MFG: Tideland Signal
Corp. Part Number: 1851057-00. Delivery is requested by 9/17/00. Items
are to be delivered and accepted at FOB destination, USCG ELC
Warehouse Annex, 6751 Alexander Bell Drive, Columbia, MD 21046. 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 (NOV 1999). 52.212-2 Evaluation-Commercial
Items (JAN 1999). Quotes submitted under this solicitation will be
evaluated using the following factors: 1) Technical acceptance. In
order for an item to be technically acceptable, the item must match the
technical and physical characteristics of the above named commercial
items in form, fit, size, durability and function. 2) Price. Technical
acceptability is significantly more important than price. FAR 52.212-3
Offeror Representations and Certifications-Commercial Items (FEB 2000)
with Alt 1 included. FAR 52.212-4 Contract Terms and
Conditions-Commercial Items (MAY 1999). FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statues or Executive Orders _
Commercial Items (JUL 2000). The following clauses listed in 52.212-5
are incorporated: 52.222-21, Prohibition of Segregated Facilities (Feb
1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans
and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy
American Act _ Balance of PaymentsProgram _ Supplies (41 U.S.C.
10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (E.O.
12722,12724,13059,13067,13121, and 13129); 52.232-34, Payment by
Electronics Funds Transfer-Other than Central Contractor Registration
(21 U.S.C. 3332), the time period mentioned in paragraph (b)(1) of the
clause is concurrent with the first request. The following items are
incorporated as addenda to this solicitation: FAR Clause 52.219-6,
Notice of Total Small Business Set-Aside (JUL 1996). FAR clause
52.211-6 Brand Name or Equal (Aug 1999). Transportation Acquisition
Regulation (TAR) clause 1252.211-70 Brand Name or Equal (OCT 1996). TAR
clause 1252.211-90 Bar Coding Requirements (OCT 1996). TAR clause
1252.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding
Requirement (OCT 1994). Copies of TAR clauses may be obtained
electronically at http://www.dot.gov/ost/m60. PRESERVATION, PACKAGING
& MARKING: Each item ordered shall be individually preserved, wrapped,
and packed (unit package) in accordance with ASTM D 3951-98. MARKING
shall be clear, legible, permanent and in English. UNIT PACKAGES --
Shall be marked as follows: 1). National Stock Number (NSN)/Activity
Control Number (if applicable.). 2) Item Name. 3) Part Number (as
shipped). 4) Purchase Order Number (DTCG40-00-P-00000). 5) Date of
Manufacture. 6) "COAST GUARD ELC MATERIAL" CONDITION (A). 7) Quantity.
8) U/I ( ). 9) Hazardous Material Marking (as required in Code of
Federal regulations (CFR) section. INTERMEDIATE CONTAINERS -- Shall be
marked as follows: 1) National Stock Number/ Activity Control Number.
2) Purchase Order Number (i.e. DTCG40-00-P-00000). 3) "COAST GUARD ELC
MATERIAL" CONDITION (A). 4) Quantity of unit packs & unit pack unit of
issue. 5) "COAST GUARD ELC MATERIAL, MULTIPACK". Preparation for
Delivery: All material shipped to the U.S. Coast Guard Engineering
Logistics Center, Baltimore, MD on this purchase order, must be
accompanied by an itemized packing list securely attached to the
outside of the package. All packing lists shall cite the Purchase Order
Number with the package in such a manner as to provide easy
identification. Material shall be packed for shipment in such a manner
as to afford adequate protection to the item against corrosion,
deterioration, and physical damage during shipment from the supply
source to Engineering Logistic Center locations. Package shall also
provide adequate protection for warehouse storage and multiple
shipments. All packages shall have the Purchase Order Number, Stock
Number, Vendor name and Part Number clearly marked on the exterior of
the package. All deliveries are to be made Monday through Friday
between the hours of 7:30 A.M. and 3.30 P.M. Quotes are due by COB
11AUG00. Quotes are to be delivered complete with all required
information to: Commanding Officer, USCG ELC, 2401 Hawkins Pt. Road,
Mail Stop 26, Building 31, Baltimore, MD 21226. Facsimile Quotes will
not be accepted. All quotes shall include 1) Contractors quoted price
and delivery schedule; 2) A sample of one each of the items offered to
fulfill this requirement, 3) Sufficient technical data for the
proposed items to determine they meet the salient characteristics 4) a
completed copy of FAR clause 52.212-3. 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. See Notes (1) and Posted 07/19/00
(D-SN476662). (0201) Loren Data Corp. http://www.ld.com (SYN# 0278 20000721\62-0001.SOL)
| 62 - Lighting Fixtures and Lamps Index
|
Issue Index |
Created on July 19, 1988 by Loren Data Corp. --
info@ld.com
|
|
|