(1) NSN: 5825 22-602-6510
TRANSCEIVER, CAPSAT SYSTEM
Open, Inspect and Report
EACH UNIT TO HAVE ELECTROSTATIC PROTECTION
IAW TYPE III,
CLASS I OF MIL-B-81705E w AMENDMENT 1 DTD 02/08/2010.
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE
FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP-PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE
FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP-PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, IF CAPABLE, TO COMPLY WITH
THE FOLLOWING:
SFLC SP-PP&M-001 DTD 06/06/11
MFG NAME: THRANE & THRANE, INC.
PART_NBR: TT-3022D
Each unit shall be packed individually in it's own box
which shall be capable of providing adequate protection to the item
during multiple shipments. Mark each box in legible black print
lettering with the following information:
NATIONAL STOCK NUMBER
ITEM NAME
PART NUMBER
GOVERNMENT ORDER NUMBER
Quantity: 8 each
1. Pricing
MOTHERBOARD CCA UM-ICSC-1338
(a) Inspection Charge Per Item: ___________ (This price shall be the price the Government shall be obligated to pay if any extractors are determined to be beyond economical repair)
(b)Preservation, packaging, and marking: __________(This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in Attachment 2)
(c ) Labor Rate for inspections and Repairs: ___________
(d) FOB Origin or Destination, (FOB Origin quotations must include estimated shipping costs): ______________
OR...
(e) Firm Fixed Price repair cost per item: ____________(No inspection report required unless items are found to be Beyond Economical Repair)
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E METHOD 10
SFLC SP-PP&M-001 REV D DTD 05/10
EACH ITME TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP-PP&M-001 REV D DTD 05/10
BARCODING REQUIRED, IF CAPABLE, TO COMPLY WITH THE FOLLOWING:
SFLC SP-PP&M-001 REV D DTD 05/10
ELC D-000-0100 REV G DTD 02/23/06
ANSI/AIM BC1
PACKAGING AND MARKING FOR SHIPMENT:
A. Each unit shall be packed individually in its own wooden box
which shall be capable of providing adequate protection to the item
during multiple shipments. Mark each box in legible black print
lettering with the following information:
NATIONAL STOCK NUMBER
ITEM NAME
PART NUMBER:
GOVERNMENT ORDER NUMBER
PRESERVATION / PACKAGING:
A. Each unit shall be individually preserved and wrapped for
protection against deterioration for a period of two (2) years
minimum.
And the words: "Coast Guard SFLC Material, Condition "A"
WARRANTY:
Item being repaired as an "onboard repair" or a "system stock" item
and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION.
Contractor must guarantee item against defects that lead to failure for
90 days after installation for a period of up to two (2) years after
delivery to Coast Guard.
NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant purchase order
All repairs are contingent upon receipt and review of an inspection report unless the offeror is able to quote an acceptable firm, fixed repair price before the closing date of this solicitation. All repairs shall be conducted in accordance with attachment 1 and the additional instructions contained herein.
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005- 77 (MARCH 2015) and 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. The NAICS code for this solicitation is 811219 and the Small Business Standard is $7,000,000. This synopsis/solicitation is issued pursuant to FAR 6.302-1. The resultant purchase order will be awarded using Simplified Acquisitions Procedures in accordance with FAR 13. It is anticipated that a fixed price purchase order will be issued as a result of this solicitation.
THIS ITEM IS BRAND NAME MANDATORY.
COMPANY MUST USE OEM PARTS AND BE AN AUTHORIZED OEM REPAIR FACILITY
Substitute parts are not acceptable.
II. Delivery Schedule
Inspection Report(s) - 15 Calendar days from the date Government Furnished material is received at the Contractors facility.
Coast Guard Review-10 Calendar days after receipt of inspection Reports
Repaired Items (when authorized)-45 calendar days after receipt of Contracting Officer's authorization to proceed.
III. TEST AND INSPECTION REPORTS shall be submitted in accordance with Attachement 1.
IV. EVALUATION
Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors:
(a) Technical capability
(b) Estimated Price, including shipping
(c) Past performance
Note: All evaluation factors are listed in descending order of precedence with (a) Technical capability being more significant than (b) Estimated price and (c) Past performance. Estimated price is significantly more important than past performance.
V. FAR PROVISIONS AND CLAUSES
The following FAR provisions apply to this solicitation. FAR 52.212-1 Instruction to Offerors-Commercial Items (June 2008); FAR 52-212.3 Offerors Representations and Certifications-Commercial Items (11/25/13) with Alternate 1. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror is adequate data already exists on file within this office.
The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov. 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (11/25/13). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (Apr 2009)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sept 2010) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (SEP 2009); FAR 52.225-3, Buy American Act-Free Trade Agreement (Jun 2009)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) and 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov.
VI. All responsible source may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information (TIN) with their offer.
The closing date and time for receipt of quote is March 20, 2015 at 2:30 p.m. Eastern Standard Time.