Skip to main content

An official website of the United States government

You have 2 new alerts

CGC TAHOMA SATELLITE ANTENNA

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jul 23, 2024 05:40 pm EDT
  • Original Published Date: Jul 23, 2024 05:06 pm EDT
  • Updated Date Offers Due: Jul 25, 2024 10:00 am EDT
  • Original Date Offers Due: Jul 25, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 09, 2024
  • Original Inactive Date: Aug 09, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 33422 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Newport , RI 02841
    USA

Description

This is a combined synopsis/solicitation Nr 11508QR240000611 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplementedwith 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 336611. The small business size standard is 1250. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in
accordance with FAR 13.

THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE
PRICING FOR THE FOLLOWING:

A. REQUIREMENT:

1. The contractor shall provide the following:

ITEM# 01-0343-01 KVH UHD11 Satellite Antenna only, No additional parts or service required

2. DELIVERY LOCATION:

USCG TAHOMA
47 Chandler Street
Newport, RI 02841

3. DELIVERY DATE On or Before:

August 2nd, 2024

B. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following
addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price
contract using simplified acquisition procedures in accordance with FAR Part 13.5.
1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov
The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor
whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors
considered.
Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be
considered by the agency. Proposals must be submitted on company letterhead stationery and must include the
following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6)
Discount offered for prompt payment, (7) Company DUNS and Cage Code.

Quotes must be received no later than 25 July 2024 at 1000 A.M. Eastern Standard Time. Email quotes are
acceptable and should be sent to CWO Ameer Hankins at email address – Ameer.K.Hankins@uscg.mil and Contracting Officer: Damon Jones at email address- Damon.D.Jones@uscg.mil

Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-
Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or
concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Damon D. Jones via email
Damon. D. Jones@uscg.mil and telephone (571) 607-9385. All Technical questions regarding the item requested should be sent to: CWO Ameer Hankins via email: Ameer.K.Hankins@uscg.mil.

PROVISIONS / CLAUSES:
The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)
FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014).
Offeror is to complete the annual representations and certification electronically via the System for Award
Management (SAM) Web site accessed through http://www.sam.gov .
FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial
Items (Jan 2019)
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed
electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS)
Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).
Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds
Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and
SAM registration can be obtained via www.sam.gov.
The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded
contract.
FAR 52.222-3 - Convict Labor (Jun 2003)
FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018)
FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 - Equal Opportunity (Sep 2016)
FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (May 2014)
FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
FAR 52.233-3 - Protest After Award (Aug 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)
*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual
Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete
electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure
completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History