NAVIGATION SOUNDER / DISPLAY UNIT
THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEMS NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO Lora.i.Airth@USCG.MIL OR FAXED TO 410-762-6570. THE CLOS... THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEMS NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO Lora.i.Airth@USCG.MIL OR FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS August 12, 2019 at 1200pm EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The NAICS code for this solicitation is 811310. 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 13.5. This acquisition is _X_ unrestricted __set aside: __% for: __ small business 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) and shall provide the company Tax Information Number (TIN) with their offer. ITEM #1: NSN: 5845-01-670-2830 DESCRIPTION: NAVIGATION SOUNDER PART NUMBER: LAZ 5100 MFG: NORTHROP GRUMMAN SYSTEMS DESCRIPTIVE DATA: Modification 2 Section: NSN: 01-670-2830 OLD PN: 526038001 (OBSOLETE) NEW PN: 526148002 NEW MODEL #: LAZ5200 ITEM: NAVIGATION SOUNDER CAGE: 0EYA6 SUPPLY VOLTAGE, NOMINAL : 95 - 240 V AC, 50 - 60 HZ 10 - 30 V DC (OPTION, VIA POWER PACK) POWER CONSUMPTION: APPROX. 35W OPERATING TEMPERATURE RANGE -15C - +55C STORAGE TEMPERATURE -20C - +60C HOUSING: CAST ALUMINIUM W/ CU-EMC COATING DISPLAY: LCD DISPLAY SIZE: 211.2(H) X 158.4(V) PIXELS 800 (HOR.) X 600 (VERT.) MINIMUM SOUNDING DEPTH: 0.5 M OR EQUIVALENT (TRANSDUCER DEPENDENT) DIMENSIONS (H X W X D) 288 X 336 X 99 MM WEIGHT APPROX: 5.5 KG End Modificiation 2 Section PACKAGING SPECS: 1.) MIL-STD-20731E METHOD 10. PACKAGING SHOULD BE APPROPRIATE TO PART SIZE, WEIGHT, AND MUST WITHSTAND MULTIPLE WORLDWIDE SHIPMENTS IN VARIOUS SHIPPING CONDITIONS / CLIMATES. PART MUST BE APPROPRIATELY SECURED, AND CUSHIONED BY FOAM OR BUBBLE WRAP TO PREVENT EXCESSIVE MOVEMENT AND DAMAGE DURING SHIPPING. 1.A) ELECTROSTATIC DISCHARGE (ESD) ITEMS TO COMPLY WITH METHOD 41, PARAGRAPH 3.7, 5.2.4.1 & TABLE J-IA IAW MIL-PRF-81705E IS APPLICABLE TO PART 2.) INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-129P CH.4, REQUIRED ID MARKING EX: 4.1 FIGURE 1, MARKINGS SHALL COMPLY WITH PACK TYPE / MATERIALS AS REFERENCED IN DOCUMENT. LABELS : IAW MIL-STD-129P W/ CHANGE 4, 4.1 IDENTIFICATION MARKINGS (PG.21) END USE: NAVIGATION ECHOSOUNDER SYSTEM PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10 DATE: 07/18/19 INDVIDUALLY PACKAGED AND LABLED IAW MIL-STD-129P INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO QTY: _6 PRICE: $___________UNIT OF ISSUE: _EA_ TOTAL: $___________ COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 10/30/2019 VENDORS EARLIEST/BEST DELIVERY: ____________ day / week ARO ITEM #2: NSN: 7025-01-548-5746 DESCRIPTION: DISPLAY UNIT PART NUMBER: 56 565 1019 MFG: NORTHROP GRUMMAN SYSTEMS DESCRIPTIVE DATA: **CR WILL BE SUBMITTED TO UPDATE PN TO "NEW PN" LISTED BELOW AND CAGE CODE** NSN: 01-548-5746 NEW PN: 56 565 1019 (ORDER THIS PN) OLD PN: 06 490 0025 (FOR REFERENCE ONLY) ITEM: FRONT PANEL, COMPLETE ESTIMATED LEAD TIME: 6-7 MONTHS OEM CAGE: 0EYA6 PACKAGING SPECS: 1.) MIL-STD-20731E METHOD 10. PACKAGING SHOULD BE APPROPRIATE TO PART SIZE, WEIGHT, AND MUST WITHSTAND MULTIPLE WORLDWIDE SHIPMENTS IN VARIOUS SHIPPING CONDITIONS / CLIMATES. PART MUST BE APPROPRIATELY SECURED, AND CUSHIONED BY FOAM OR BUBBLE WRAP TO PREVENT EXCESSIVE MOVEMENT AND DAMAGE DURING SHIPPING. 1.A) ELECTROSTATIC DISCHARGE (ESD) ITEMS TO COMPLY WITH METHOD 41, PARAGRAPH 3.7, 5.2.4.1 & TABLE J-IA IAW MIL-PRF-81705E IS APPLICABLE TO PART 2.) INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-129P CH.4, REQUIRED ID MARKING EX: 4.1 FIGURE 1, MARKINGS SHALL COMPLY WITH PACK TYPE / MATERIALS AS REFERENCED IN DOCUMENT. LABELS : IAW MIL-STD-129P W/ CHANGE 4, 4.1 IDENTIFICATION MARKINGS (PG.21) END USE: ECS - SEB 5900 PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10 DATE: 07/19/19 INDVIDUALLY PACKAGED AND LABLED IAW MIL-STD-129P INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO QTY: _1 PRICE: $___________UNIT OF ISSUE: _EA_ TOTAL: $___________ COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 10/30/2019 VENDORS EARLIEST/BEST DELIVERY: ____________ day / week ARO The item(s) is/are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. PAYMENT TERMS______________ SMALL BUSINESS___YES ___NO VENDOR NAME: ______________________________________________ VENDOR ADDRESS: ______________________________________________ _______________________________________________ VENDOR POC : ____________________________________________________ PH: _________________________________ FAX: ________________________ EMAIL: ___________________________________________________________ *TIN NO: ____________________________________(Must fill in this item at all times) *DUNS NO.: __________________________________ ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD) (www.sam.gov): _______YES ________NO Part covered under GSA Contract _____YES______NO (if yes, mark below) CONTRACT NUMBER: ______________________ Note: FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following: * Estimated shipping: $__________ (MUST BE INCLUDED, if not FOB Destination) *FOB Origin price from (City, State): ______________________________________ *SHIP TO: United States Coast Guard SFLC Receiving Room - BLDG 88 2401 Hawkins Point RD Baltimore, MD 21226 NOTE: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER FOR NORTHROP GRUMMAN SYSTEMS AND PROVIDE WRITTEN DOCUMENTATION FROM NORTHROP GRUMMAN SYSTEMS. SUBSTITUTE PARTS ARE NOT ACCEPTABLE. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Governments belief that only NORTHROP GRUMMAN SYSTEMS and / or their authorized distributors can obtain the required technical and engineering data and genuine OEM parts required to successfully provide these items. Concerns having the expertise and require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor and verifying the OEM will supply only genuine OEM parts. 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) and shall provide the company Tax Information Number (TIN) with their offer. It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The Offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2018) (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (44) 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). (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »