Federal Bid

Last Updated on 28 Nov 2017 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

OSCILLATOR

Solicitation ID 70Z08518Q30012B00
Posted Date 30 Oct 2017 at 12 PM
Archive Date 28 Nov 2017 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

THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEMS NOTED BELOW.

QUOTES MAY SUBMITTED BY EMAIL TO [email protected] OR FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS November 13, 2017 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 and the Small Business Size Standard is 500. 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 __ unrestricted _X__set aside: _100__% for: _X__ 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: 5955-01-619-8560
DESCRIPTION: OSCILLATOR, CRYSTAL CONTROLLED
MFG: DYNALEC CORP
PART NUMBER: AN/SIA-123
DESCRIPTIVE DATA:
INPUT POWER REQUIREMENTS 115 VAC, 60 HZ, SINGLE PHASE
STANDBY 10 WATTS
READY 310 WATTS
FULL OUTPUT 860 WATTS
INPUT IMPEDANCE 150 OHMS
OUTPUT IMPEDANCE 39 OHMS
RATED OUTPUT VOLTAGE 70 VOLTS
FREQUENCY RESPONSE 200-8,000 HZ
DIMENSIONS: H 51.125" X W 20" X D 15"
WEIGHT 461 LBS
SHIP IAW:
MIL_STD_2073E METHOD 41, APPENDIX J, TABLE J-IA, CODE GX
LABELS : IAW MIL-STD-129P W/ CHANGE 4, 4.1 IDENTIFICATION MARKINGS (PG.21)
PACKAGE - INDIVIDUALLY PACKAGED
END USE: IC-ANCG 1MC SYSTEM AMPLIFIER-OSCILLATOR GROUP

PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:
MIL-STD-2073-1D METHOD 10
I/A/W MIL-STD 129P W/CHANGE 4

QTY: __01__ PRICE: $___________UNIT OF ISSUE:______ TOTAL:$___________
COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 08/19/18
VENDORS EARLIEST/BEST DELIVERY: _______________

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.

The closing date and time for receipt of quote is NOVEMBER 13, 2017; 1200pm Eastern Standard Time.

PAYMENT TERMS______________SMALLBUSINESS___YES ___NO
*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)

*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: DRAWINGS, SPECIFICATIONS OR SCHEMATICS MAY BE AVAILABLE FROM THIS AGENCY. PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM

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 (JAN 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2016) 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 (Mar 2016)
(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 (Feb 2016) (E.O. 13126).
(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(28) 52.222-26, Equal Opportunity (Apr 2015) (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)

Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Jul 2017 at 6 PM
Newport Rhode island 30 Aug 2024 at 8 PM
Location Unknown 27 Dec 2013 at 2 PM
Tobyhanna Pennsylvania 19 Jun 2020 at 1 PM
Bureau Illinois 08 Sep 2011 at 2 PM

Similar Opportunities

Location Unknown 10 Jul 2025 at 4 AM
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Colorado 17 Jul 2025 at 4 AM (estimated)
Colorado 17 Jul 2025 at 4 AM (estimated)