Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
MODIFICATION

58 -- Guard Receivers

Notice Date
5/27/2005
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-Q-AAT133
 
Response Due
6/3/2005
 
Archive Date
6/18/2005
 
Point of Contact
Melody Proffit, Contract Specialist, Phone 757-628-4112, Fax 757-628-4134,
 
E-Mail Address
MProffit@mlca.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG84-05-Q-AAT130 and is being issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. This requirement is being solicited as 100% small business set-aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business shall be considered nonresponsive and will be rejected. The NAICS Code is 334220; Size Standard in number of employees is 750. The U.S. Coast Guard intends to award a Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with firm fixed unit prices for a base and four one-year option periods beginning 1 June 2005 or date of award utilizing SAP procedures pursuant to FAR Parts 12 and 13.5 with a minimum guarantee of $25,000.00 for the base year of the contract. The following is a description of the Contract Line Items Numbers (CLINS) and items including option years, quantities and units of measure required: Base Year: 1 July 2005 or Date of Award – 30 June 2006 - CLIN 0001AA Guard Receiver in accordance with specifications listed below; Qty = 200 EA, Unit Price = $____________ Total = $_____________; Option Year 1: 1 July 2006 – 30 June 2007 - CLIN 1001AA Guard Receiver in accordance with specifications listed below; Qty = 200 EA, Unit Price = $_____________ Total =$_____________; Option Year 2: 1 July 2007 – 30 June 2008 - CLIN 2001AA Guard Receiver in accordance with specifications listed below; Qty = 200 EA, Unit Price = $____________ Total = $_____________; Option Year 3: 1 July 2008 – 30 June 2009 - CLIN 3001AA Guard Receiver in accordance with specifications listed below; Qty = 200 EA, Unit Price = $____________ Total = $_____________; Option Year 4: 1 July 2009 – 30 June 2010 - CLIN 4001AA Guard Receiver in accordance with specifications listed below; Qty = 200 EA, Unit Price = $____________ Total = $_____________; Total Contract Price (Total of CLINS 0001AA - 4001AA) = $_______________________; RECEIVER SPECIFICATION FOR CLINS 0001AA - 4001AA: These receivers are used to guard the 2182KHz distress frequency and must operate continuously 24 hours/day, 7 days/week. Specifications for the new receiver are: General: Size: No more that 5.25” (H) x 19” (W) x 22” (D); Weight: No more that 25 LBS; Operating Temperature: 0-40C; Humidity: 95%; Primary power: 115Vac, 60HZ (nominal); Mounting: 19” Rack; Radios shall be designed for shipboard use. Vendors are requested to cite the specific Military or Commercial shock, vibration, and environmental standards the radio meets. Mean Time Between Failure (MTBF) of 20000 hours (documented). Receiver Characteristics: Frequency: 2182 KHZ; Mode: USB; Bandwidth: 3KHZ; Sensitivity in USB: –110 dBm for 10dB(s+n)/n; Squelch: User controllable over a 110 dB range; Audio Output Characteristics:; Loudspeaker: Internal speaker with one volume control to monitor received audio. Audio output: 0 dBm, 600 ohms balanced center-tapped pair, short circuit protected, less than 3% distortion at rated output; Frequency Response: 100 Hz to 5 kHz (-3 dB); RF Input Characteristics: Antenna: 50 ohm (VSWR <3:1); Background Information: The Coast Guard is seeking sources to replace the existing 400 Scientific Radio Systems Inc. SR-501 2182 KHZ guard receivers. The current radios are fixed frequency, mode and bandwidth. Replacement in kind is desired. However, the CG will consider a tunable receiver if it includes a method of controlling and displaying the frequency, mode, and any other variable parameters locally. Variable-frequency radios must also be configurable to automatically tune to 2182 KHZ, USB after power is interrupted and restored. FOB Point destination; Delivery and acceptance address for the first 10 receivers delivered is: TISCOM TSD3, 7323 Telegraph Road, Alexandria, VA 22315, Attn: LT Steve Masters, (703) 313-5594. Delivery and acceptance address for all other shipments is: Commanding Officer, U.S. Coast Guard, Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226-1792. The provisions of FAR Clause 52.212-1 Instructions to Offerors-Commercial (Jan 2005), applies to this solicitation including the following addenda: (b) The contractor shall submit two copies of all information required for proposal submission via e-mail to mproffit@mlca.uscg.mil. Faxed quotes are acceptable at (757) 628-4134, however e-mail is preferred. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, and a copy of this warranty and product literature or brochure shall be submitted with the contractor’s quote. The provisions of FAR Clause 52.212-2 Evaluation-Commercial Items (Jan 1999), applies to this solicitation including the following specific evaluation criteria. The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. The USCG will evaluate offers based on 1) technical capability of the item offered to meet the required specifications; 2) delivery timeframe proposed; 3) past performance and 4) price. Offerors are required to submit at least 3 relevant past performance references. Current, accurate, complete information MUST be provided to contact each reference. This should include contract number, point of contact, phone number and email address for each contact. Technical, delivery and past performance when combined are more important than price. 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 options. The provision of FAR Clause 52.212-3 Offeror Representation and Certifications-Commercial Items (May 2004) shall be competed electronically via the Business Partner Network (BPN) web site at http://orca.bpn.gov. An offeror shall include its DUNS number in its proposal, and shall contain a statement indicating the on line representations and certifications are incorporated in its offer, are current accurate, and compete as of the date of is proposal. The provisions of FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items applies to this solicitation including the following addenda: FAR 52.212-4(a), Inspection and Acceptance for the first 10 receivers delivered will be performed by the COTR at TISCOM. Inspection and Acceptance on all other receivers delivered will be specified on each delivery order. HSAR 3052.242-72, Contracting Officer’s Technical Representative (Dec 2003) FAR 52.217-8, Option to Extend Services (Nov 1999), fill-in: 60 days FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000), fill in: 30 days; 60 days FAR 52.204-1, Approval of Contract, (Dec 1989) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) The contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of the clause may be accessed electronically at this address http://arnet.gov/far/ 52.216-18, Ordering (Oct 1995), Fill In: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through the expiration date of the contract, including any option period exercised within the terms of the contract. 52.216-19, Order Limitations, (Oct 1995), Fill In: (a) 2 Each; (b)(1) 500 Each (2) 500 Each (3) 10 days; (c) No Fill In; (d) 7 days 52.216-22, Indefinite Quantity, (Oct 1995), Fill In: (d) 30 days 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984), Fill In: 30 September 2005 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.245-1, Property Records, (Apr 1984) 52.245-2, Government Property (Fixed Price Contracts), (May 2004) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, (Apr 2005); (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). 52.222-3, Convict Labor (June 2003)(E.O. 11755) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O. 13201). 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). 52.225-3, Buy American Act – North American Free Trade Agreement – Israeli Trade Act – (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). 52-225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items. (None Applicable) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. PLEASE READ, COMPLETE, AND PROVIDE ALL INFORMATION IN THIS SOLICITATION, PARTICULARLY FAR PROVISIONS 52.212-1, 52.212-2, AND 52.212-3. Quotes are due no later than June 3, 2005, 4:30 p.m. EST, mproffit@mlca.uscg.mil or fax (757) 628-4134 or 4135, Attn: Melody Proffit. NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement 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 interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. This agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protestor fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-85) 2100 Second Street, SW, Room 2606 Washington, DC 20593 Telephone (202) 267-2285 Fax (202) 267-4011 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/FCPMLCA/HSCG84-Q-AAT133/listing.html)
 
Place of Performance
Address: N/A
 
Record
SN00817994-F 20050529/050528095649 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.