Federal Bid

Last Updated on 14 Feb 2008 at 5 AM
Combined Synopsis/Solicitation
Location Unknown

59 -- Switchboard Equipment

Solicitation ID HSCG40-08-Q-40752
Posted Date 25 Jan 2008 at 5 AM
Archive Date 14 Feb 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location United states
RFQ HSCG40-08-Q-40752 Combined Synopsis/Solicitation for Switchboard Equipment The Solicitation document and associate clauses are those in effect through Federal Acquisition Circular 97-45. 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; quotations are being requested and a written solicitation will not be issued. This is a Small Business Set-Aside. The North American Industry Classification system (NAICS) code is 335313, with a small business size standard of 750 employees. The following is a detailed of the items needed, as well as, the cage code(s) and the part number(s) that may be used: Description: Item 0001 ? Switchboard, power distribution for 150 KW ship service generator control. In accordance with drawing no. 75D-WAGL-6201-019, REV. A. Manufacturer must have 3 years experience in building marine grade 3- phase multiple genset, paralleling switchboards within the last 5 years. Note: For USCG WLIC 75 FT ?D-Class? Cutters. Cage Codes: 04018, 0VU89, 1R2X5. Quantity: 1. Item 0002 ? Data for provisioning, (DFP) package for generator control and power distribution switchboard (6110-01-LG9-3252) in accordance with 75MSA-DFP. Quantity: 1. Item 0003 ? Test Agenda, for approval, for power distribution switchboard (6110-01-LG9-3251) used onboard WLIC 75 ?D-Class? Coast Guard Vessels. Quantity: 1. Item 0004 ? Operating manuals, technical publication, and/or catalog data detailing the installation requirements for each piece of equipment installed in switchboard (6110-01-LG9-3252). Quantity: 2. PREPARATION FOR DELIVERY All material shipped to the U.S. Coast Guard Engineering Logistics Center, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226, 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 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 Logistics Center locations. Package shall also provide adequate protection for warehouse storage and multiple shipments. Packaging Specifications: Marking in clear printed lettering each item as defined by it?s unit package quantity shall be individually marked or labeled with the following: Nomenclature, Stock Number, MFG Part Number, Cage Code (if known) and Purchase Order/Contract Number. Packaging each item as defined by it?s unit package quantity shall be individually packaged. Standard commercial is acceptable, defined as the way items are packaged, sold and shipped over the commercial counter. It shall provide protection for multiple handling, shipment by any mode and storage periods for up to one (1) year in enclosed facility and also be suited for re-distribution without any additional repackaging or marking. All deliveries are to be made Monday through Friday between the hours of 7:30 A.M and 3:30 P.M. Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the item(s) purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. **NEW**ELECTRONIC INVOICING: http://www.fincen.uscg.mil/secure/web_invoices_cgyard.htm This requirement is also governed by 52.252-2 Solicitation Provisions Incorporated by Reference (Feb 1998). The clauses 52.212-1 Instructions to Offerors ? Commercial Items (Sept 2006) Offerors shall submit Pricing and Delivery information for all items, Past Performance information and documentation for the minimum mandatory requirement will include at a minimum, a detailed description of the item(s) manufactured, current points of contact, and current phone numbers, 52-212-2 ? Evaluation Commercial Items (Jan 1999) . This requirement will be evaluated in accordance with FAR 13.106. Award will be made on best value. Past Performance, Delivery and Price are the evaluation factors. Past Performance is more important than Price. Delivery is more important than Price. Past Performance is slightly more important than Delivery Schedule. As a minimum mandatory requirement, the manufacturer must have manufactured at least one set a year for three (3) out of the last five (5) years. A set is a marine grade 3-Phase Multiple GENSET Paralleling Switchboard. Any offeror without this experience will not be considered further for award. 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006), 52.212-4 Contract Terms and Conditions ? Commercial Items (Sept 2005), 52.212-5, the following clauses listed in 52.212-5 (June 2007) are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C.637(d)(2)and(3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (March 2007)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793).52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). 52.225-1, Buy American Act/Supplies (April 2006)(41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (April 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332).Contract Terms and Conditions to Implement Statutes or Executive Orders ? Commercial Items, 52.222-3 Convict Labor, 52.222-19 Child Labor ? Cooperation with Authorities and Remedies, 52.225-1 Buy American Act ? Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration apply to all items in this acquisition and are attached for your review. The following items are incorporated as addenda to this solicitation: 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006) The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Delivery and price are equally important. This award will be based on a best value decision. The resulting purchase order shall be firm fixed price. All interested businesses are requested to submit a written quotation. Quotations may be submitted on a SF 1449, SF 0347 or company letterhead but must include the unit cost as well as extended total cost for freight. Drawings will be made available upon request. The closing date of the RFQ is Friday, 30 January, 2008 at 10:00 a.m. Firms may fax or e-mail their quotations to (410) 762-6008 or [email protected].
Bid Protests Not Available

Similar Past Bids

Baltimore Maryland 05 Jun 2009 at 3 PM
Point Texas 30 Nov 2010 at 4 PM
Aberdeen proving ground Maryland 12 May 2021 at 7 PM
Philadelphia Pennsylvania 07 Apr 2018 at 3 PM
Walla walla Washington 23 Nov 2020 at 9 PM