Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

59 -- ANTENNA, UHF 225-520 MHZ

Notice Date
5/19/2022 8:55:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08022QDI036
 
Response Due
5/26/2022 6:00:00 AM
 
Archive Date
06/10/2022
 
Point of Contact
Eric Goldstein, YVETTE R. JOHNSON, Phone: 4107626263
 
E-Mail Address
Eric.I.Goldstein@uscg.mil, YVETTE.R.JOHNSON@USCG.MIL
(Eric.I.Goldstein@uscg.mil, YVETTE.R.JOHNSON@USCG.MIL)
 
Description
The United States Coast Guard Surface Forces Logistics Center has a ���requirement and requesting quotations for the following part: Item 1) NSN: 5985 01-599-6868 ANTENNA, UHF 225-520 MHZ MFG NAME: TRIVEC-AVANT CORP, COBHAM ANTENNA PART_NBR: AV 457-9W Qty 10 RIVEC-AVANT NO LONGER DOES REPAIRS, AUTHORIZED REPAIR FACILITY: MAETS (MID ALANTIC ENGINEERING SERVICES) ANTENNA, UHF 225-520 MHZ OEM: TRIVEC-AVANT CORPORATION OVERALL LENGTH: 30.000 INCHES NOMINAL FREQUENCY RATING: 225.0 MEGAHERTZ MINIMUM SINGLE ANTENNA ELEMENT AND 520.0 MEGAHERTZ MAXMUM SINGLE ANTENNA ELEMENT END ITEM IDENTIFICATION: SENTINEL CLASS FAST RESPONSE CUTTER B (FRC-B) ELECTROMAGNETIC POLARIZATION TYPE: VERTICAL SINGLE ANTENNA ELEMENT RADIATION PATTERN: OMNIDIRECTIONAL SINGLE ANTENNA ELEMENT CHARACTERISTIC IMPEDANCE IN OHMS: 50.0 SINGLE ANTENNA ELEMENT BEAM SCANNING METHOD: FIXED SINGLE ANTENNA ELEMENT DESIGN TYPE: DIPOLE SINGLE ANTENNA ELEMENT AND VERTICAL SINGLE ANTENNA ELEMENT POWER GAIN IN DECIBELS: 1.0 SINGLE ANTENNA ELEMENT PART NAME ASSIGNED BY CONTROLLING AGENCY: ANTENNA,UHF PROPRIETARY CHARACTERISTICS: PACS EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL-B-81705E W_AMENDMENT 1 DTD 02/08/2010, IF REQUIRED. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM-D-3951-10 SFLC SP-PP&M-001 DTD 06/06/11 EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING: MIL-STD-129P W/CHANGE 4 SFLC SP-PP&M-001 DTD 06/06/11 BAR CODING REQUIRED, IF CAPABLE, TO COMPLY WITH THE FOLLOWING: SFLC SP-PP&M-001 DTD 06/06/11 Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC �2021-04 (January 2021) 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 334220 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 The 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 May 26, 2022 at _9:00 AM Eastern Standard Time 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 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 (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: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) 52.219-28, Post Award Small Business Program Rerepresentation (May 2020) 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) 52.232-33, 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
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6b32798061c46c9a1d47805c717ada8/view)
 
Record
SN06332788-F 20220521/220519230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.