Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
MODIFICATION

59 -- Requirement for Specialized Electronic Chart Display and Information Systems (ECDIS)

Notice Date
6/19/2007
 
Notice Type
Modification
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001, UNITED STATES
 
ZIP Code
20593-0001
 
Solicitation Number
Reference-Number-HSCG23-07-Q-THA180
 
Response Due
6/25/2007
 
Archive Date
7/10/2007
 
Point of Contact
Gwendolyn Scott, Contracting Specialist, Phone 757-686-4273, Fax 757-686-4018,
 
E-Mail Address
gwendolyn.b.scott@uscg.mil
 
Description
THIS IS AN AMENDMENT TO THE COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation (RFQ) number HSCG23-07-Q-THA180. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. The associated North America Industrial Classification System (NAICS) code for this procurement is 423690 with a small business size standard of 100 employees. The ECDIS requirement is for the following items: 1)10 EA ECDIS Console units in accordance with all of the ECDIS system specifications with one-year manufacturer's warranty. Each system and documentation package shall carry a one year warranty with option for four additional one year warranty periods commencing at the expiration of the manufacturer's warranty period to be required at the election of the United States Coast Guard. 2) 42 EA 19 inch, IEC 60945, light-weight maritime monitor, flush controls, dimmable to zero nit, Sync On Green compatible, dual input in accordance with all of the below listed specifications with one-year manufacturer's warranty with option for four additional one year warranty periods commencing at the expiration of the manufacturer's warranty period to be required at the election of the United States Coast Guard. 3) 8 EA Dual License; ECDIS Navigation Application with USCG 140 ' WTGB Coast Guard Specified version with USCG SARtools and screen layouts implemented. All supporting technical and engineering documentation is to be included in accordance with specifications. 4)2 EA Dual License Upgrade; ECDIS USCG Navigation Application 140' WTGB Coast Guard Specified version with Coast Guard specified version with USCG SARtools and with Coast Guard screen layouts implemented. All supporting technical and engineering documentation is to be included in accordance with specifications. 5)49 Days Non-Recurring Engineering to Modify ECDIS to USCG specifications; includes implementing SARtools and CG Screen Layouts. Delivery Schedule Delivery shall be FOB DESTINATION and be made within 60 days of receipt of order. The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and /or damage to the goods occurring before receipt and acceptance of the shipment by consignee at the delivery point specified in the purchase order, and pay all charges to the specified point of delivery. The contractor shall deliver the items to the Command and Control Engineering Center (C2CEN) 4000 Coast Guard Blvd Portsmouth, Virginia 23703 within 60 days of receipt of the order. Evaluation Criteria 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; 1. Technical capability of the item offered to meet the Government requirement; 2. Price 3. Past performance 4. Small business participation All other factors when combined are significantly more important than price. The award will be made to the offeror whose quote offers the best value to the Government. The Coast Guard will review and evaluate each proposal received against internal agency practices, in accordance with the information contained in this RFQ. The agency may then do one of the following: 1. Award without discussions; 2. Conduct discussions; or 3. Cancel the acquisition. If discussions are conducted, they will occur at the time and place designated by the ordering contracting officer. Following the completion of discussions, the contractor will be permitted to submit a revised quote that reflects the final revised offer. 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 action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Contract Type A firm-fixed price contract is anticipated. Company?s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) 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; (5) Terms of any express warranty; (6) Price, availability and any discount terms (7) ?Remit to? address if different from mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (9) Acknowledgement of Solicitation Amendments; (10) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms conditions, and provisions included in the solicitation. Offers that fail to furnish the required representations or information, or reject the terms and conditions may be excluded from consideration; (11) Company Tax Information Number and DUNS Number. (12) Past performance information for a minimum of three projects your company has completed during the past three years or currently in process, which are similar in scope, complexity and involving systems and equipment identified in Enclosure (1). The total number of contracts, delivery orders, purchase orders and/or subcontracts listed shall not exceed five. The past performance information that shall be provided for each project includes: (1) Name of Contracting Activity; (2) Contract Number; (3) Contract Type; (4) Total Contract Value; (5) Description of Contract (6) Contracting Officer Name and Telephone Number; (7) Program Manager Name and Telephone Number (if applicable); and (8) Contracting Officer?s Technical Representative Name and Telephone Number (if applicable). All responsible source may submit a quotation, which if timely received, shall be considered by the agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain a full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Sept 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be based on meeting or exceeding all specifications listed. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2007) with Alt 1 mustbe included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007); there are no addenda to This clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders,Commercial Items (March 2007). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUN-2007); 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.fbo.gov/spg/DHS/USCG/GACS/Reference-Number-HSCG23-07-Q-THA180/listing.html)
 
Place of Performance
Address: Command and Control Engineering Center(C2CEN) 4000 Coast Guard Blvd Portsmouth Virginia
Zip Code: 23703
Country: UNITED STATES
 
Record
SN01323039-F 20070621/070619225647 (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.