Search Contract Opportunities

ELECTROMAGNETIC LOUDSPEAKER

ID: 70Z08022QDI001 • Type: Synopsis Solicitation

Description

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

Item 1)

NSN: 5965 25-161-1945

LOUDSPEAKER, ELECTROMAGNETIC

OEM: DNH A/S DEN NORSKE HOEYTALERFABRIKK A/S

DISTRIBUTOR

ITEM # H-66 FHT 70 V

CUSTOM RAL 7031 # 325503 THIS IS FOR THE FRC'S

MATERIAL / COLOUR: ALUMINIUM ALLOY (LM-6) /

CUSTOM COLOR:

RAL 7031

TERMINATION: INTERNAL SCREW TERMINALS,

SECONDARY NOMINAL

TAPPINGS: 1 : 4 50 W

WEIGHT: 3.7 KG

IP-RATING: 67

MAX. / MIN. AMB. TEMP: 150 DEGREES C / -50

DEGREES C

STANDARD VERSION: 100 V TRANSFORMER

RATED / MAX. POWER: 50 W / 80 W

SPL 1W/1M: 109 DB

SPL RATED POWER: 125 DB

EFFECTIVE FREQ. RANGE: 300 TO 7000 HZ

DISPERSION (-6DB) 1KHZ / 4KHZ: 115 DEGREES / 30

DEGREES

DIRECTIVITY FACTOR, Q

EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL-PRF81705E_AMENDMENT-1 BARRIER MATERIALS, FLEXIBLE,

ELECTROSTATIC DISCHARGE PROTECTIVE,

HEAT-SEALABLE; IF REQUIRED.

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: DNH A/S DEN NORSKE HOEYTALERFABRIKK

PART_NBR: P-DNH-66FHT

Quantity: 25 EACH

Item 2)

NSN: 5965 01-658-2577

LOUDSPEAKER, PERMANENT MAGNET

OEM: DNH SPEAKERS INC CAGE: N0239

ALL OF THESE ITEMS MUST BE INDIVIDUALLY PACKAGED, PROTECTED AND MARKED

ACCORDING TO MIL-STD-2073-1E W/CHANGE 1 7 JANUARY 2011

MILITARY PACKAGING; MIL-PRF-81705E_AMENDMENT-1 BARRIER MATERIALS, FLEXIBLE,

ELECTROSTATIC DISCHARGE PROTECTIVE,

HEAT-SEALABLE (IF REQUIRED); AND MIL-STD-129R

MILITARY MARKING FOR SHIPMENT AND

STORAGE (MIL-STD-129R, SECTION 5, PAGE 22 OF

SPEC).

COPIES INCLUDED WITH THIS SAPS PACKAGE.

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-129R 14 FEB 2014

MARKING FOR SHIPMENT AND STORAGE.

BAR CODING REQUIRED, IF CAPABLE, TO COMPLY WITH THE FOLLOWING: MIL-STD-129R 14 FEB

2014 MILITARY MARKING FOR SHIPMENT AND STORAGE.

SEE SECTION

5, PAGE 22 OF THIS

SPECIFICATION FOR IDENTIFICATION LINEAR (CODE

39) AND 2D

(PDF417) BAR CODE MARKINGS AND LOCATIONS.

MFG NAME: L3 TECHNOLOGIES / L3 HARRIS

PART_NBR: C-5323

Quantity: 15 EACH

**FOB DESTINATION PRICING**

**PACKAGED IN HEAVY DUTY SCREWED WOODEN CRATE SUITABLE FOR MULTIPLE SHIPMENTS **

The items are used on various US Coast Guard vessels. All items will be individually packaged and bar-code in accordance with 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.

Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room bldg 88

Required delivery date no later than: APRIL 18, 2022

Subsititute 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 DNH and/or their authorized distributors can obtain the required OEM parts. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (02) calendar days from the day this notice is 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 OEM genuine OEM parts.

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2021 07 (SEPT 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 333618 and the business size standard is 500. The resultant chase order will be awarded using simplified acquisition procedures in accordance with FAR 13 apply. 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. 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 SYSTEMS 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 JANUARY 12,2022 at 1:00 PM/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 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (December 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 (OCT 2020); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2020). The following clauses listed within FAR

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)52.212-5 are applicable: FAR 44), 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 (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); 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); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 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

Overview

Response Deadline
Jan. 12, 2022, 1:00 p.m. EST Past Due
Posted
Jan. 5, 2022, 10:32 a.m. EST
Set Aside
None
Place of Performance
Curtis Bay, MD 21226 United States
Source
SAM

Current SBA Size Standard
500 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 7 days, below average for the Surface Forces Logistics Center.
On 1/5/22 Surface Forces Logistics Center issued Synopsis Solicitation 70Z08022QDI001 for ELECTROMAGNETIC LOUDSPEAKER due 1/12/22. The opportunity was issued full & open with NAICS 333999 and PSC 2090.
Primary Contact
Name
CHARLES SHUGHRUE   Profile
Phone
(410) 762-6249
Fax
(410) 762-6715

Secondary Contact

Name
YVETTE R. JOHNSON   Profile
Phone
(410) 762-6263
Fax
None

Documents

Posted documents for Synopsis Solicitation 70Z08022QDI001

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70Z08022QDI001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z08022QDI001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z08022QDI001

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 1(00080)
FPDS Organization Code
7008-70Z080
Source Organization Code
100181484
Last Updated
Jan. 27, 2022
Last Updated By
charles.b.shughrue@uscg.mil
Archive Date
Jan. 27, 2022