RADAR, X-BAND PED 42RPM

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08023QDJ065

Basic Details

started - 11 Jul, 2023 (9 months ago)

Start Date

11 Jul, 2023 (9 months ago)
due - 17 Jul, 2023 (9 months ago)

Due Date

17 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
70Z08023QDJ065

Identifier

70Z08023QDJ065
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34413)US COAST GUARD (24504)SFLC PROCUREMENT BRANCH 1(00080) (3377)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:Item 1)5840 01-605-9061RADAR, X-BAND PED 42RPMMFG NAME: FURUNO USA INCPART_NBR: RSB-097-079QUANTITY: 5GEARBOX 25KW 42RPM FAR2X27; AB-1416/SPS DRIVE UNIT, ANGLE (RADAR PEDESTAL) OEM:FURUNO USA NEW P/N: RSB097-079AINDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED IN ADOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118DOUBLE-WALL FIBERBOARD BOX.FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR CODING REQUIREMENTS WILLRESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR.MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGYSubstitute parts are not acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only Furuno and/or their
authorized distributors can provide this unit. Concerns having the expertise and required capabilities to provide this item are invited to submit complete information discussing the same within two (2) calendar days from the day this notice posted. The data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts. Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01 12/30/22) and as 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 334511 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Award will be lowest price technically acceptable. The Coast Guard intends to award on a Firm Fixed Price Contract.All responsible sources may submit a quotation via email to Eric.I.Goldstein@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is July 17, 2023 at _9:00 AM Eastern Standard TimeOFFERORS 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 pursuatont 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 (June 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (November 2020) 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. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (November 2020). The following clauses listed within FAR 52.212-5 are applicable:52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (June 2020)52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020)52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) 52.219-28, Post Award Small Business Program Rerepresentation (May 2020) 52.219-13, Notice of Set-Aside of Orders (Mar 2020)FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); 52.222-50, Combating Trafficking in Persons (October 2020) FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (June 2020); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020)52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014)52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2018)(31 U.S.C. 3332).. The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov.CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf

300 EAST MAIN ST, STE 950, VESS DIV  NORFOLK , VA 23510  USALocation

Place Of Performance : 300 EAST MAIN ST, STE 950, VESS DIV NORFOLK , VA 23510 USA

Country : United StatesState : Virginia

You may also like

Bee III Traffic Radar with Two Ka-Band Antennas Bid Documents

Due: 10 Jun, 2024 (in 1 month)Agency: State Police

Lightweight Counter Mortar Radar (LCMR) Replacement RFI

Due: 30 Apr, 2024 (Tomorrow)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 5840Radar Equipment, Except Airborne