Federal Bid

Last Updated on 24 Jan 2019 at 9 AM
Combined Synopsis/Solicitation
Baltimore Maryland

XG-75 SCAN RADIO

Solicitation ID 70Z08519Q30090B00
Posted Date 07 Jan 2019 at 6 PM
Archive Date 24 Jan 2019 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 Baltimore Maryland 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 January 9, 2019 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.

*UREGENT NEED*fastest delivery*

ITEM #1:
NSN: 5895-01-654-1706
DESCRIPTION: XG-75- SCAN RADIO
PART NUMBER: 14020-0039-13
MFG: HARRIS CORPORATION DBA M/A-COM INC
DESCRIPTIVE DATA:
ITEM: XG-75 SCAN RADIO
MFR: HARRIS PSPC
CAGE: 1PNR4 (HARRIS PSPC)
P/N:14020-0039-13
HEIGHT: 5.89 INCH / 149.6 MM
WIDTH: 2.44 INCH / 62.0 MM
DEPTH: 1.86 INCH / 47.2 MM
WEIGHT: 10.4 OZ / 294.5 G
OPERATING TEMP: -22F TO +140F / -30C TO +60C
STORAGE TEMP: -40F TO +176F / -40C TO +80C
INPUT VOLTAGE: 7.5VDC (NOMINAL)

APPROVED HARRIS PSPC DISTRIBUTOR:
- ADIRONDACK
- IT TECH DIRECT

ALL XG-75 RADIOS MUST BE PROCURED FROM HARRIS PSPC OR AN APPROVED DISTRIBUTOR TO ENSURE THEY MEET THE CONFIGURATION REQUIREMENTS OF THE HYDRA AN/SRC-55 SYSTEM. THE XG-75 RADIOS ARE REPLACING THE P7100 MODELS AND MUST BE FULLY COMPATABLE WITH THE HYDRA AN/SRC-55 SYSTEM.

ADDITIONAL HARRIS PSPC CONTACTS:
[email protected]
[email protected]

PACKAGING SPECS:
1.) MIL-STD-20731E METHOD 10, PACKS SHALL PASS THE APPLICATION INSPECTION
REQUIREMENTS OF TABLE G-1 MIL-STD-20731D.
1.A) ELECTROSTATIC DISCHARGE (ESD) ITEMS TO COMPLY WITH METHOD 41, PARAGRAPH 3.7, 5.2.4.1 & TABLE J-IA IAW MIL-PRF-81705E IS APPLICABLE TO PART

2.) INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-129P CH.4, REQUIRED ID MARKING EX:4.1 FIGURE 1, MARKINGS SHALL COMPLY WITH PACK TYPE / MATERIALS AS REFERENCED IN DOCUMENT

PACKAGING SPECS TO BE PROVIDED TO VENDOR AND FOLLOWED. IF THE VENDOR CANNOT COMPLY WITH THE SPECS PLEASE DISCUSS WITH THE ES PRIOR TO MOVING FORWARD.

WMSL-418 END USE: AN/SRC-55 HYDRA SYSTEM

PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:
IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10        DATE: 4/11/15
INDVIDUALLY PACKAGED AND LABLED IAW MIL-STD-129P


QTY: _1_ PRICE: $___________UNIT OF ISSUE:_EA_ TOTAL: $___________

INDIVIDUAL PACK & MARK ___YES ___ NO         BAR-CODE___YES ___NO

COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 6/20/19

VENDORS EARLIEST/BEST DELIVERY: _______________ *UREGENT NEED*fastest 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 January 9, 2019 at 1200pm Eastern Standard Time.

PAYMENT TERMS______________           SMALLBUSINESS___YES ___NO

VENDOR NAME:______________________________________________

VENDOR ADDRESS:______________________________________________

                           _______________________________________________

VENDOR POC:____________________________________________________

PH:____________________________________ FAX:________________________

EMAIL:___________________________________________________________

*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: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM

YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF HARRIS CORPORATION DBA M/A-COM INC AND PROVIDE WRITTEN DOCUMENTATION FROM HARRIS CORPORATION DBA M/A-COM INC

SUBSTITUTE PARTS ARE NOT ACCEPTABLE. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Governments belief that only HARRIS CORPORATION DBA M/A-COM INC, and / or their authorized distributors can obtain the required technical and engineering data and genuine OEM parts required to successfully provide these items. Concerns having the expertise and require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor and verifying the OEM will supply only genuine OEM parts.

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.

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 (OCT 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2018) 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 (Oct 2018)

(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 (Jan 2018) (E.O. 13126).
(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(28) 52.222-26, Equal Opportunity (Sep 2016) (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).
52.232-18, Availability of Funds (APR 1984)
(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