Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2007 FBO #1923
SOLICITATION NOTICE

70 -- Raven Invicta 210 Receiver and Mounting Kit

Notice Date
3/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA, 23703-2199, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG44-07-Q-447THA175
 
Response Due
3/21/2007
 
Archive Date
4/5/2007
 
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. This solicitation is issued as a Request for Quote (RFQ) number HSCG44-07-Q-447THA175. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15. This is an unrestricted solicitation. The North American Industry Classification System (NAICS) is 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables). The SBA size standard is 500 people. It is the government?s belief that only the following specific equipment will meet current needs in it form, fit and function of all its components. IAW FAR 6.302-1(iii) The USCG intends to purchase on a non-competitive basis with RAVEN Industries of Sioux Falls, SD for twenty-two (22) Invicta 210 Marine DGPS receivers and installation kits. These kits will include the 210 receivers, MBA-2 Antenna mount, power cable, data cable, reference manual and Invicta Quick guide. The 210 receiver has been altered by the manufacturer to provide additional proprietary PMVXG NMEA sentences to Coast Guard legacy equipment. In addition, the Coast Guard's electronic navigation system software is written to completely control the RAVEN? Invicta's receiver. The FOB Destination delivery is to: US Coast Guard Command and Control Engineering Center (C2CEN) 4000 Coast Guard Blvd Portsmouth, VA 23703, on or before:3 weeks ARO. The provisions at 52.212-1 instructions to Offers-Commercial, 52.121-3 Offeror Representations and Certifications ? Commercial Items and 52.212-4 Contract Terms and Conditions-Commercial Items apply to this acquisition. Clauses 52.212-5 Contract Terms and conditions required to implement Statues or Executive Orders-Commercial items, applies to this acquisition and a statement regarding which, if any of the additional FAR clauses cited in the clause are applicable to the acquisition, including the following FAR clauses incorporated by reference: 52.225-3 Items (Jan 2005)(1). The government intends to award a contract resulting from this solicitation to the responsible bidder quote conforming to the solicitation which will be most advantageous to the Government, price and other factors considered. The following factors may be used to evaluate offers: price and other factors, e. g. technical, past performance and quality. The procurement is being conducted under simplified acquisition procedures FAR part 13. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc. but must include the following information: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Terms of any express warranty; (5) Unit price, availability, estimated delivery date and any discount terms; (6) "Remit to" address, if different than mailing address; (7) Company Tax Information Number and DUNS Number. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Questions may be directed to Donna Urban, telephone (757) 686-2149, Donna.Urban@USCG.Mil or Carrie Houck (757) 686-4215, Carrie.F.Houck@USCG.Mil or may be fax to Donna Urban at (757) 686-4018, or mailed to the Contracting Officer, USCG, C2CEN 4000 Coast Guard Blvd. Portsmouth, VA 23703. Quotes are due 21 March 2007 at 1:00pm (EST) and maybe submitted either by fax (757)686-4018 or emailed to Donna.Urban@uscg.mil . Telephone requests will NOT BE accepted. Note 1 & 22 applies. Sole Source Justification For Invicta 210 Receiver and Mounting Kits Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information: (1). Identification of the agency and the contracting activity, and specific identification of the document as a ?Justification for other than full and open competition.? USCG Command and Control Engineering Center (C2CEN). (2). Nature and/or description of the action being approved. Purchase twenty-two (22) Raven Invicta DGPS receivers as kits part number 11172001032. The kits include MBA-2 Antenna Pole Mount, Power, Date, and Antenna Cable, Reference and quick start manuals. (3). A description of the supplies or services required to meet the agency?s needs (including the estimated value). The Invicta 210 is a marine grade DGPS that has a 9-12 inch pass-to-pass accuracy that utilizes WAAS Differential and/or US Coast Guard signal. This receiver includes a front panel display, a water proof enclosure, 10 Hz, 10 Channel GPS, WAAS, 9 inch pass to pass accuracy with WAAS, < 1 meter Accuracy, dual serial RS232 ports, front panel display and control, configurable via serial port from the ECPINS? software, and the added capability of providing the NMEA proprietary strings PMVXG 021 and PMVXG 830 messages in addition to all other standard NMEA sentences. The RAVEN? Invicta 210 is the only DGPS that will allow the receiver to be configurable via the ECPINS software and also provide the additional proprietary NMEA strings. The entire cost of the RAVEN? receivers are $48k. Use of a different DGPS receiver would cause added cost in ECPINS? software development and testing in addition to any research and development cost of to any DGPS companies to provide the needed PMVXG NMEA strings. This would dramatically add cost and delays to the project with no significant savings or improvements for the Coast Guard. (4) An identification of the statutory authority permitting other that full and open competition. 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. (a) Authority. 2) When the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. (ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in? (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency?s requirements. (See 10 U.S.C. 2304(d)(1)(B) or 41 U.S.C. 253 (d)(1)(B).) (5). A demonstration that the proposed contractor?s unique qualifications or the nature of the acquisition requires use of the authority cited. Only one responsible source. No other vender can meet the Coast Guard's legacy integration requirements. RAVEN? Invicta 210 is currently fielded, tested and is installed on 30 Coast Guard Cutters. (6). A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and , if not, which exception under 5.202 applies. Conducted Market research via the internet. Other Receivers are available but none satisfy the Coast Guards legacy integration requirements. (7). A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. Evaluated two additional sources of comparable items. These machines do not meet the Coast Guard needs but can be used to show fair and reasonable cost. (8). A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. Market research was completed and two comparables machines were evaluated but are not compatible with currently install equipment. (9). Any other facts supporting the use of other than full and open competition, such as: (i). Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. Not applicable. (ii). When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1 (a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. Buying a different DGPS receiver would quadruple the cost of the project and delay the field deployment by 1 year or more. (iii). When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government. Same as above. (10). A listing of the sources , if any, that expressed, in writing, an interest in the acquisition. None. (11). A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. Will reevaluate the hardware and software requirements at the end of it?s life cycle.
 
Place of Performance
Address: US Coast Guard Command and Control Engineering Center (C2CEN) 4000 Coast Guard Blvd Portsmouth, VA 23703
Zip Code: 23703
Country: UNITED STATES
 
Record
SN01241537-W 20070303/070301220426 (fbodaily.com)
 
Source
FedBizOpps 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.