EEOT Transmitter
(i) This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in... (i) This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 2119409Y61B9601002 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101(OCT 2018). (iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 334220 and the business size standard is 1250 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Brand Name Firm Fixed Price Contract. (v) All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _August 22, 2019_, at _12_ p.m. Eastern Standard Time. ITEM 0001 - EEOT TRANSMITTER W/H DESK MOUNTING Commands: 11, (NF and EF), right Ahead Ahead: dead slow, slow, half, full, navigation full Stop Astern: dead slow, slow, half, full, emergency full Installation: W/H-Console, flush mounting Dimensions: 144x144x53 MM (hxwxd) Colour: RAL 7015 (slate-grey) Degree of enclosure: IP56/IEC529 PART NO.: A067.5011-000-0100 Quantity: 4 EACH Required Delivery date: 10/01/2019 Unit Price: _______________ Promised Delivery Date: _______________ Total Amount: ____________ ITEM 0002 - MTBUS CONTROLLER W/ VDR INTERFACE Installation: ECC Dimensions: H125xW204xD68mm Interface to VDR:RS485/NMEA0183 Replacement for A067.73 PART NO.: A067.74 Quantity: 4 EACH Required Delivery date: 10/01/2019 Unit Price: _______________ Promised Delivery Date: _______________ Total Amount: ____________ ITEM 0003 - EEOT RECEIVER ECR DESK MOUNTING Commands: 11, (NF and EF), right Ahead Ahead: dead slow, slow, half, full, navigation full Stop Astern: dead slow, slow, half, full, emergency full Installation: ECR-Console, flush mounting Dimensions: 144x144x53 MM (hxwxd) Colour: RAL 7015 (slate-grey) Degree of enclosure: IP56/IEC529 PART NO.: A067.5021-000-0100 Quantity: 4 EACH Required Delivery date: 10/01/2019 Unit Price: _______________ Promised Delivery Date: _______________ Total Amount: ____________ ITEM 0004 - ALARM BUZZER "DIGISOUND" B/C28-0 24VDC, Color: black PART NO.: B/C28-0 Quantity: 8 EA Required Delivery date: 10/01/2019 Unit Price: _______________ Promised Delivery Date: _______________ Total Amount: ____________ ITEM 0005 - ALARM BELL TYPE: AW2 Diameter: 105 MM Colour: RAL7001, silver-grey Degree of enclosure: IP55/IEC529 PART NO.: AW2 Quantity: 4 EACH Required Delivery date: 10/01/2019 Unit Price: _______________ Promised Delivery Date: _______________ Total Amount: ____________ ITEM 0006 - USERS MANUAL EMERGENCY ENGINE Order Telegraph A067 Emergency Engine Order Telegraph A067 PART NO.: A067 Quantity: 4 EA Required Delivery date: 10/01/2019 Unit Price: _______________ Promised Delivery Date: _______________ Total Amount: ____________ NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. (i) Place of Delivery: 10X31 Bldg. 40B EBERT Navy YP 686, 2401 Hawkins Point Rd., Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (ii) 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 (OCT 2018). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) Company's complete mailing and remittance addresses, b) Discounts for prompt payment if applicable c) Cage Code, Dun & Bradstreet number, Taxpayer ID number. f) Offerors shall agree to the delivery condition by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (iii) 52.212-2 Evaluation-Commercial Items (OCT 2014). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as delivery is an important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable. The evaluation and award procedures in FAR 13.106 apply. (iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. (v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition. (vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub.L. 109-28 b. .2)(31 U.S.C. 6101 note). c. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) d. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). e. 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). f. 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632 (a)(2). g. 52.222-3 Convict labor (June 2003) (E.O. 11755) h. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755) i. 52.222-21, Prohibition of Segregated Facilities (Apr 2015). j. 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246) k. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). l. 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). m. (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). n. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). o. 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C.chapter 83). p. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). q. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). r. 52.233-3 Protest after award (Aug. 1996.) s. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). (vii) Defense Priorities and Allocations System (DPAS): N/A (viii) QUOTES ARE DUE BY 12:00 NOON EST on 22 AUGUST 2019. Quotes may be emailed to Shannon.R.Carter @uscg.mil. (ix) POC is Shannon Carter, Procurement Agent, 410-762-6503.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »