Federal Bid

Last Updated on 03 Aug 2015 at 8 AM
Combined Synopsis/Solicitation
Baltimore Maryland

63--87' WPB Intruder Alert System for USCG

Solicitation ID HSCG40-15-Q-60892
Posted Date 29 Jan 2015 at 4 PM
Archive Date 03 Aug 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Hq Contract Operations (Cg-912)(000
Agency Department Of Homeland Security
Location Baltimore Maryland United states 21226
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is HSCG40-15-Q-60892 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-02-04 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Baltimore , MD 21226

The DHS USCG SFLC requires the following items, Brand Name or Equal, to the following:
LI 001: MODICON M340 PROCESSOR MODULE Accepting 2014 discreate I/O, 256 analog I/O, furnished with ethernet Modbus/TCP-RJ 45 port 10/100 Mbit/sec, Modbus master/slave RTU/ASCII character mode-RJ45 port RS232/RS485, execution time for instruction Boolean 0.12 micro sec, word 0.25 micro sec, power consumption 24VDC/95mA. PART_NBR BMX342020, Schneider Electric, 2, EA;
LI 002: MODICON M340 POWER SUPPLY MODULE, primary voltage 24VDC/1 amp, secondary 3.3VDC/2.5 Amp, furnished with integrated protection against overload, short circuit and overvoltage. PART_NBR BMXCPS2010, Schneider Electric, 2, EA;
LI 003: Single Rack to install power supply, processor, discreate/analog I/O. The rack incorporate a Bus X, distribute power for each I/O module in the rack and data service signal, 8 slot. PART_NBR BMXXBP0800, Schneider Electric, 2, EA;
LI 004: MODICON M340 Analog input module, input voltage range +/-10VDC, 0-10VDC, 0-5VDC, 1-5VDC, +/-5VDC, input current 0-20mADC and 4-20mA. 8 channels isolated. PART_NBR: BMXAMI0810, Schneider Electric, 4, EA;
LI 005: Modicon 340 2-way Asynchronous serial line module for Modbus serial (master/slave) and character Mode communication, 2xRS-485/RS-232 Comm Port PART_NBR: BMXNOM0200, Schneider Electric, 2, EA;
LI 006: Momdicon M340 Discreate output (relay) Module, 8 Channels, Operating Voltage 24-125 VDC, or 200-264VAC, max current 2AMP, without common point. PART _NBR: BMXDRA0805, Schneider Electric, 2, EA;
LI 007: Modicon M340 Discreate input module, 24VDC/3.5mA max, positive(sink) per channel, 16b channels. PART_NBR BMXDDI16, 2, EA;
LI 008: Magelus smart, blank compact flush card for touch screen panel, 1 GB. PART_NBR: MCPYN00CF100N, Schneider Electric, 2, EA;
LI 009: Screw type 20-way removable terminal block for connecting sensors. PART_NBR: BMXXFTB2020, Schneider Electric, 6, EA;
LI 010: Graphic Touchpanel, 15" TFT Color, furnished with integrated connection type for serial links RJ45 RS485, SUB D-9 RS232C/RS422/RS485, Ethernet TCP/IP RJ45, USB Type master port, 64MB DRAM Memory, Voltage Supply 24VDC, 8 level brightness via touch panel. PART_NBR: XBTGT7340, Schneider Electric, 2, EA;
LI 011: Screw Type 28-way removable terminal block for connecting sensors. PART-NBR: BMXFTB2820, Schneider Electric, 4, EA;
LI 012: Modicon M340 Discreate output (relay) module, 16 channels, operating voltage 24-125VDC, or 200-264VAC, max current 2Amp, with 2 Common Point. PART_NBR: BMXDRA01605, 2, EA;
LI 013: Wall mounted 304 stainless steel enclosure, type 4x, furnished with panel mounting studs and 304 stainless steel hidden hinges, dimension 30"x20"x10". Replace slotted latching with CLKMS7 and Key. PART_NBR: CSD302010SS, Hofman Enclosure, 2, EA;
LI 014: Fiberglass rised cover with 316 stainless steel latch and window cover 8"x6", Type 4x, dimensions 9.7"x7. 71"x5. 91". PART_NBR: RHJB1008HWPL1LG, Hofman Enclosure, 2, EA;
LI 015: Mounting panel, stainless steel, dimension 8.75"x6.88" PART_NBR: A10P8, Hofman Enclosure, 4, EA;
LI 016: Threaded panel extender kit, male and female threat size 10-32, Length 1". PART_NBR: APE100, Hofman Enclosure, 4, EA;
LI 017: Louver Plate Kit, steel, dimension 3.25"x3.25'. PART_NBR: AVK23, Hoffman Enclosure, 4, EA;
LI 018: Mounting panel, steel, dimension 28.2"x18.2. PART_NBR: CP3020, Hoffman Enclosure, 2, EA;
LI 019: Mounting panel, steel, dimension 10.43"x8.27". PART_NBR: Q3023PD, Hoffman Enclosure, 2, EA;
LI 020: Fiberglass type 4x enclosure, cross-point captivated cover screw, dimension 11.54"x8.87"x3.11". PART_NBR: Q30239PCD, Hoffman Enclosure, 2, EA;
LI 021: Threaded Panel Extender Kit, Male and Female thread size 10-32, length 1/2". PART_NBR: APE050, Hoffman Enclosure, 2, EA;
LI 022: Compact Signal Horn with audible sound up to 75dB at 3 ft, with 2 selectable alarm sound patters of Alarm Sound, Power Supply 24 VDC. PART_NBR: BM-202D, Patlite, 2, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, DHS USCG SFLC intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS USCG SFLC is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid MUST be good for 30 calendar days after close of Buy.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

Bid Protests Not Available

Similar Past Bids

Cannon air force base New mexico 05 Sep 2014 at 9 PM
Location Unknown 30 Nov 2006 at 5 AM
Location Unknown 20 Jun 2002 at 5 AM
Cannon air force base New mexico 24 Jul 2014 at 9 PM
Ridgecrest California 14 Jun 2016 at 5 PM

Similar Opportunities

Edinburg Texas 27 Jul 2025 at 4 AM
Washington 15 Jul 2025 at 4 AM
Mississippi 15 Jul 2025 at 4 PM (estimated)
Richmond Virginia 29 Aug 2025 at 6 PM