(v) Item 0001: Quantity 4
NSN 5985-01-476-0720
PURCHASE OF ANTENNA, UHF SATCOM,
GSA CONTRACT GS-35F-0020R
BAR CODING REQUIRED IF CAPABLE
EACH UNIT TO BE INDIVIDUALLY PACKAGED IAW ASTM
3951-98 (REV 2004)
EACH UNIT TO BE INDIVIDUALLY MARKED IAW MILSTD-129
EACH UNIT SHALL BE PACKAGED IN A SHIPPING
CRATE THAT SHALL BE SUITABLE FOR MULTIPLE SHIPMENTS AND
WARE HOUSE STORAGE. EACH UNIT SHALL BE PACKAGED IN A
WAY AS TO PREVENT MOVEMENT INSIDE THE CONTAINER AND
PROVIDE PROTECTION AGAINST EXTERIOR IMPACTS TO CRATE.
MFG NAME: TACO COMMUNICATIONS
PART_NBR: H-124
Desired Delivery Date on all items
01/15/2013
If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule
(vi) Place of performance: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226.
(vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead formal quote form, etc.) but must include the following information:
1) company's complete mailing and remittance addresses
2) discounts for prompt payment if applicable
3) cage code
4) Dun & Bradstreet number
5) Taxpayer ID number
6) Price and delivery information
7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number.
8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
(viii) FAR 52.212-2 Evaluation-Commercial Items (Aug 2012). - The evaluation and award procedures in FAR 13.106 - 2 apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Meeting the period of performance requirement, price and price related factors, as well as past performance will be use to evaluate offers. Award will be made on an all or none basis and lowest technically acceptable price. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract
(ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (August 2012) with Alt 1 shall be submitted with their offers. The use of Systems for Awards Management (SAM) is mandatory as of October 01,2012. of Systems for Awards Management (SAM) is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use of Systems for Awards Management (SAM) to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the of Systems for Awards Management (SAM) website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far.
(x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Aug 2012) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122.
(xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2012). The following clauses listed in 52.212-5 are incorporated:
a. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a) (2)).
b. 52.222-3 Convict labor (June 2003) (E.O. 11755)
c. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755)
d. 52.222-21, Prohibition of Segregated Facilities (Feb 1999)
e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246)
f. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793)
g. 52.222.41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351)
a. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351). .). Wage Determination No: 2005-2247, Revision No: 11, Date of revision: 06/15/2010.
h. 52.222-50, Combating Trafficking in Persons (Aug 2007)
i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (EO. 13513)
j. 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).
k. 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169)
l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332).
m. 52.233-3 Protest after award (Aug 1996)
n. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
o. 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.
(xii) Additional contract requirements: If the item(s) required in the contract resulting from
this solicitation are customarily warranted in the trade by a standard commercial
warranty, such warranty shall be incorporated into this contract and thereby provided to
the Government at no additional cost. Any standard commercial warranty provided shall
be identical to the standard commercial warranty normally offered by the Contractor to
the Contractor's most favored customer. Offerors are requested to state the terms and
conditions of their standard commercial warranty or to attach a copy of the warranty
terms with their proposal.
(xiii) N/A
(xiv) QUOTES ARE DUE BY WEDNESDAY October 31, 2012 at 4 PM EST. Proposals may be faxed To (410) 762-6715 or emailed to [email protected].
(xv) Point of Contact: Charles Shughrue, Purchasing Agent, Tele. No. 410-762-6249, email
address: [email protected]