Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOURCES SOUGHT

70 -- BACKLIT KEYBOARD

Notice Date
4/29/2003
 
Notice Type
Sources Sought
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-03-Q-TVT010
 
Archive Date
5/30/2003
 
Point of Contact
Linda Mullen, Contract Specialist, Phone (202) 267-1512, Fax (202) 267-4019, - Brenda Peterson, Contracting Officer, Phone (202) 267-6906, Fax (202) 267-4019,
 
E-Mail Address
lmullen@comdt.uscg.mil, bpeterson@comdt.uscg.mil
 
Description
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. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. This is Request for Quotation DTCG23-03-Q-TVT010. This solicitation document will incorporate provisions and clauses that are in effect through Federal Acquisition Circular 01-13. The NAICS code is 334119 and the size standard is 1000 employees. The U.S. Coast Guard (USCG) has a requirement for a minimum of one (1) and a maximum of 260 Backlit Keyboards over a 3-year period (a base period and 2 one-year options). The base period is from contract award through 9/30/2003 with a minimum of 1 and a maximum of 125. Option One is from 10/01/2003 through 9/30/2004 with a minimum of 1 and a maximum of 70. Option Two is from 10/01/2004 through 9/30/2005 with a minimum of 1 and a maximum of 65. Delivery shall be 30 days from issuance of a delivery order. Early delivery is acceptable. The USCG is looking to replace the Sun USB Type 6 Keyboards on the bridge of each USCG High Endurance Cutter (WHEC)-378, USCG Medium Endurance Cutter (WMEC)-210, WMEC-270, and USCG Patrol Boat (WPB)-110 class of vessels with a red LED backlit keyboard. The backlit keyboard interfaces with the Shipboard Command and Control System (SCCS). The backlit keyboard is connected to the SCCS system through a USB extender. The Coast Guard is upgrading the SCCS System on the WMEC-210, WMEC-270, and WHEC-378 class cutters, as well as installing it on WPB-110s. The current version of SCCS has been in use by the Coast Guard for over 6 years. Current systems have a variety of 9 Pin serial keyboards as well as PS/2. The backlit keyboard will be used to connect the bridge navigation stations with the SCCS system. Due to the nature of operations, exposure to weather, salt spray, darkness, bright daylight, spillage, and frequent usage will be common. The keyboard shall be able to withstand all of these common occurrences. The backlit keyboard shall be dimmable from 0% to 100%, red light, and readable for each key. The keyboard shall be Sun Type 6 USB compatible, with all the same key features of a Standard Sun Type 6 USB keyboard. Backlit Keyboard Requirements: The backlit keyboard shall be capable of interfacing with the Blackbox Network Services USB extender (P/N: 1C241A). The backlit keyboard shall have red backlighting, dimmable from 0 % to 100%, so that the keys are both nighttime and daytime readable. The backlit keyboard shall output a sun compatible Type 6 output for all standard sun keys. The USB cable shall be permanently attached and at least 5 feet in length. Specific Requirements: The Contractor shall meet the following requirements for the backlit keyboard: a) The backlit keyboard shall be a desktop version keyboard with snap down rear feet, and rubber front feet for ergonomic adjustment and stability; b) the keyboard shall be no larger than 18? length, 7? width, 1? deep (not including feet, or key heights); c) the keyboard shall be of an all-metal, rustproof, sealed, dust proof, and spill proof construction, and anti-corrosive paint; d) the keyboard shall have keys of an N-key type to promote high-speed typing/rollover; e) the backlighting shall be a Red LED, with brightness control for 0% to 100% for use in a wide range of ambient lighting situations. Power from backlighting shall come from USB connector; f) keyboard color: black, key letters and numbers shall be white when not backlit; and g) keyboard shall include padded angle wrist rest. The USCG intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) type contract using firm-fixed price delivery orders. Destination: USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, VA 23703-2199. Alternate Destination: Commanding Officer (031), USCG Engineering Logistics Center, 6751 Alexander Bell Drive, Columbia, MD 21046. The following provisions are incorporated by reference: 52.212-1 Instructions to Offerors?Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items (Reps and Certs must be submitted with offer); 52.212-4 Contract Terms and Conditions?Commercial Items. An addendum to this clause is included in Attachment 1. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. The following FAR clauses cited in Paragraph (b) of this clause are applicable to this acquisition: 52.219-8, 52.222-26, 52.222-35, 52.222-36, and 52.222-37; 52.225-3; 52.232-18 Availability of Funds. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the equipment offered to meet the Government requirement, price and past performance. Factors are in descending order of importance. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further actions by either party. Before the offer?s specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offers are due by 3:00 p.m. on May 13, 2003, to: Commandant (G-ACS-5B/LM), U.S. Coast Guard Headquarters, 2100 Second St., SW, Room 5222, Washington, DC 20593-0001, ATTN: Linda Mullen. For information call Linda Mullen at 202/267-1512. This notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short-Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning this acquisition, contact the contracting official listed above.***** ATTACHMENT 1 NOTICE TO OFFERORS ? SOLICITATION OMBUDSMAN PROGRAM It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the offeror should then contact the Coast Guard Solicitation Ombudsman at the address below: Commandant (G-CPM-S/3) 2100 Second Street, SW Washington, DC 20593-0001 Telephone (202) 267-2285 FAX (202) 267-4011 Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting officer, and solicitation closing date. ADDENDUM TO 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS The following terms and conditions are added as an addendum to this clause: 1. Invoice - The Contractor is required to submit invoices, which contain all of the information specified in FAR Clause 52.232-25, Prompt Payment. A DD Form 250 may be used as an invoice provided it includes all the information in Clause 52.232-25. The original and two copies of the invoice shall be submitted to the following address: Commandant (G-ACS-5B), U.S. Coast Guard Headquarters, 2100 Second St., SW, Room 5222, Wash., DC 20593-0001, M/F: Invoice for Contract No.* (to be added at time of award). Failure to provide the required information shall be cause for rejection of the invoice. 2. Option to Extend the Term of the Contract 52.217-9 - The Government may extend the terms of this contract by written notice to the Contractor prior to completion of the base period; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option provision. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 29 months.
 
Record
SN00313943-W 20030501/030429213103 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.