Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2001 PSA #2943
SOLICITATIONS

99 -- EMERGENCY POSITION INDICATOR RADIO BEACON TESTER

Notice Date
September 21, 2001
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Comma nd, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
ZIP Code
20593-0001
Solicitation Number
DTCGG8-01-Q-MCF007
Response Due
September 27, 2001
Point of Contact
SK3 Ryan Storino, Purchasing Agent, Phone (202) 267-1574, Fax (202) 267-4727, Email mstorino@comdt.uscg.mil -- SK3 R yan Storino, Purchasing Agent, Phone (202) 267-1574, Fax (202) 267-4727, Email mstorino@comdt.uscg.mil
Description
DESCRIPTION : (SEE Note 22) This proposed procurement is for services for which the government intends to solicit and negotiate on a sole source basis with; Northern Airborne Technology, 5757 Ravenswood Road, FT Lauderdale, FL 33312. The USCG intends to purchase Eight (8) QRT-5410 SARTECH ARG5410 EPIRB Test Sets. Eight (8) PA-1 Print Adapters and Eight (8) FC-2 Test Boxes. Applicable FAR clauses for solicitation are attached. This notice is a combined synopsis/solicitation for a co mmercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information in cluded in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written soli citation will not be issued. Therefore, please read this entire notice, the instructions herein. HOW TO RESPOND: In order t o compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a b rief (20 pages or less) Technical and Cost Proposal by 4:00 PM, ET, September 27, 2001. Past performance history (current o r within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier /contract number and description, period of performance, dollar amount, client name and current telephone number). Referenc es will be checked to validate the information provided and to determine reliability/dependability. Key personnel, (those w ho would have the primary responsibility for performing and/or managing the project), with relevant qualifications and speci fic experience. Cost Proposal: provide Firm Fixed-Price, broken out by labor hours, labor category, materials, and other di rect costs. Offerors must submit an original and two copies of the proposal to Ryan Storino, USCG Headquarters Support Comm and, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to mstorino@comdt.uscg.mil ar e acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) P ast performance of your organization, including adherence to schedules and budgets, the acceptability of previous products d elivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Technical factors wi ll be taken under consideration, but price and past performance are far more important. The following Federal Acquisition R egulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 00), 52.212-4 (Aug 00), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Comm ercial Items (Aug 00). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requireme nt must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must inclu de the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, September 25, 2001. A Determination by the government not to complete this proposed contract based upon respon ses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. (SEE Note 22) It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capita l 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: htt p://osdbuweb.dot.gov
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/COA3HSC/DTCGG8-01-Q-MCF007/listing.html)
Record
Loren Data Corp. 20010925/99SOL002.HTM (A-264 SN50Y3Y9)

99 - Miscellaneous Index  |  Issue Index |
Created on September 24, 2001 by Loren Data Corp. -- info@ld.com