The RFP Database
New business relationships start here

X-BAND MAGNETRON


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:

THIS IS A BRAND NAME MANDATORY SOLICITATION


OEM: FURUNO USA INC



ITEM 1)


NSN: 5960 01-530-0581


MAGNETRON, X-BAND (MG5436)


MAGNETRON MG5436 25KW ,
PIECE PART OF AN/SPS-50 RADAR.
ALTERNATE P/N: 000-140-762 OR MG5436 OR M1636
EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL-PRF-81705E_AMENDMENT-1 BARRIER MATERIALS, FLEXIBLE, ELECTROSTATIC DISCHARGE PROTECTIVE, HEATSEALABLE.


EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 1 7 JANUARY 2011,
METHOD 10 ASTM-D-3951-10 PACKING, COMMERCIAL (IF SPECIFICALLY AUTHORIZED BY THE GOVERNMENT) EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P CHANGE 4, SEPT 2007 MARKING FOR SHIPMENT AND STORAGE BAR CODING REQUIRED, IF CAPABLE, TO COMPLY WITH
THE FOLLOWING:
MIL-STD-129PCH4 MILITARY MARKING. SEE 4.4, PAGE 47 OF THIS SPECIFICATION FOR IDENTIFICATION LINEAR (CODE 39) AND 2D
(PDF417) BAR CODE MARKINGS AND LOCATIONS.


MFG NAME: FURUNO USA INC


PART_NBR: 000-140-762


QUANTITY: SIXTY (60) EACH



The items are used on various US Coast Guard vessels. All items will be individually packaged and marked IAW Coast Guard specification IAW SP-PP&M-001. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.

Required delivery date no later than: AUGUST 11, 2017 OR AS SOON AS POSSIBLE


Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226


NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.


Brand Name part is mandatory to be considered for award, offers of "equal" products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable.


This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-93 (01 Jan 17) 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 334419 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. The U.S. Coast Guard intends to award on 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, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer.


The closing date and time for receipt of quote is JULY 27, 2017 at 1:00 P.M. Eastern Standard Time.


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.
_HSAR 3052.209.70 Prohibition on contracts with corporate expatriates (June 2006)


(End of provision)


The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 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. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2015). The following clauses listed within FAR 52.212-5 (June 2016) are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Nov 2015)(Pub.L. 109-282)(31 U.S.C. 6101 note); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15U.S.C. 644); FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Apr 2015)(E.O. 11246); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American Act-Supplies (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-3, Buy American Act-Free-Trade Agreement (May 2014)(41, U.S. C. 10a-10d), Far 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(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


Charles B, Shughrue, Phone ( 410) 762-6249, Fax (410) 762-6715, Email charles.b.shughrue@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP