Federal Bid

Last Updated on 23 Jul 2016 at 8 AM
Sources Sought
Center Kentucky

Trivec-Avant (COBHAM) Antennas

Solicitation ID HSCG40-16-Q-11009
Posted Date 06 Jul 2016 at 1 PM
Archive Date 23 Jul 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Hq Contract Operations (Cg-912)(000
Agency Department Of Homeland Security
Location Center Kentucky United states
This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.



The U.S. Coast Guard Surface Forces Logistics Center (SFLC), Patrol Boat Product Line is conducting market research for a requirement for the purchase of the following Trivec-Avant (COBHAM), Original Equipment Manufacturer (OEM) antennas for U.S. Coast Guard Cutters:

1. Antenna, MILSATCOM RADOME 240-20 MHz
(with GORE protective vent),
OEM Part Number AV 2098-143
National Stock Number: 5985-01-477-9187
QTY-05 each

2. Control, Antenna (Remote for P/N: AV 2098-143)
OEM Part Number AV 2098-159,
National Stock Number: 5985-01-615-4612
QTY-05 each

3. Antenna, UHF High LOS 764-870 MHz
OEM Part Number AV 447-1-90,
National Stock Number: 5985-01-598-9087
QTY-05 each

4. Antenna, VHF-FM 30-512 MHz
OEM Part Number AV 457-6-90,
National Stock Number:5985-01-615-4605
QTY-05 each

5. Antenna, UHF 225-520 MHz
OEM Part Number AV 457-9W,
National Stock Number: 5985-01-599-6868
QTY-30 each


PACKAGE REQUIREMENTS
Package Requirement: Electrostatic Protection IAW Type III, Class I of MIL-B-81705E with Amendment 1 DTD 02/08/2010

Individual Packaging Requirements: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM-D-3951-10

Individual Marking:  MIL-STD-129P w/CH4 MILITARY MARKING, page 39 of specification dated 19 September 2007

Bar Code: SFLC SP-PP&M-001 DTD 06/06/11

It is the Government's intention to solicit to OEM and any other Authorized Reseller. If any OEM Resellers claim to have authorization to sell the above listed item for the OEM, please submit documentation from the OEM certifying this agreement.

The Government will allow competitive offers to be submitted for new items listed for purchase. The Government DOES NOT possess the necessary drawings, technical specifications, etc., to supply with this requirement. At the present time, this acquisition is expected to be restricted to a Brand Name; and the anticipated NAICS Code is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing.

The North American Industrial Classification System (NAICS) code is 334220 with a small business size standard of 1,250 employees.

Period of Performance: It is anticipated that one Firm Fixed-Priced contract will be awarded for this requirement.

SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information.

Companies may respond to this Sources Sought Notice via e-mail to [email protected] no later than 2:00 pm on July 08, 2016, Eastern Standard Time (EST) with the following information/documentation:

1. Name of Company, Address and DUNS Number

2. Point of Contact and Phone Number

3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern

4. Documentation Verifying Small Business Certification

5. Statement: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.

6. Past Performance Information: Evidence of experience in supplying the required items to include: Contract Numbers, Project Titles and Dollar Amounts, Points of Contact and Telephone Numbers. At least two references are requested, but more are desirable.

SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

All of the above must be submitted in sufficient detail for a decision to be made for a small business set-aside. The solicitation for this procurement indicating whether this will be pursued as a small business set-aside or on an unrestricted basis will be posted at www.fbo.gov.

Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

Bid Protests Not Available

Similar Past Bids

Point Texas 20 Jul 2016 at 5 PM
Lakehurst New jersey 20 Oct 2009 at 5 PM
Charleston South carolina 30 Jul 2004 at 5 AM
Aberdeen proving ground Maryland 17 Aug 2011 at 3 PM
North charleston South carolina 05 Aug 2011 at 6 PM

Similar Opportunities

Philadelphia Pennsylvania 23 Jul 2025 at 7 PM
Biloxi Mississippi 31 Jul 2025 at 3 PM
Little rock Arkansas 22 Jul 2025 at 5 PM
Travis air force base California 11 Jul 2025 at 7 PM