Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

70 -- PURCHASE OF INDUSTRIAL COMPUTERS

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-10-Q-PC8123
 
Archive Date
4/23/2010
 
Point of Contact
James A Lassiter, Phone: (757)686-2149, Carrie J. Houck,
 
E-Mail Address
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
(james.a.lassiter@uscg.mil, Carrie.F.Houck@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 Subart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-10-Q-PC8123.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-39. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 334111. The SBA size standard in Employees is 1000. This is a Total Small Business Set-Aside. The USCG Command and Control Engineering Center (C2CEN) intends to purchase using Simplified Acquisition Procedures the items listed below in the Schedule B table. The Coast Guard does not own nor can they obtain specifications or other technical data for these Items. Request for such will be disregarded. Required Delivery for Item 1 is within 120 days ARO, if an offeror can not meet that delivery time frame or provide a better time frame, propose your best delivery time frame. All Items will be required to be delivered to the USCG C2CEN 4000 Coast Guard Blvd. Portsmouth VA. 23703 This is a 100% SMALL BUSINESS SET-ASIDE. IAW FAR 52.219-6 NOTICE OF TOTAL SB SET-ASIDE Schedule B- Line Item 1- 43 Each of: Fanless Industrial Computer that meets the following minimum specifications: CPU: 1.6GHz System Memory: 1GB DDR2 SO-DIMM Memory FSB: 533MHz Operating System: Microsoft Windows XP Pro Display: Onboard Graphics Controller Storage: 16GB Industrial Compact Flash Network Communication: 2 x 10/100/1000MBPS Gigabit Ethernet, RJ45 Connector Other Perifpherals: 4 x USB 2.0 Compliant Ports, 2 x RS-232, 1 x eSATA, 1 x Speaker Out, Watchdog Timer LEDs: 1 x Power, 1 x Storage Dimensions: (not to exceed) 8.27\\\"(w) x 4.26\\\"(d) x 1.54\\\"(h) Operating Temperature: -10 to 55 degrees C, 5 - 95% Relative Humidity Storage Temperature: 0 to 60 degrees C, 5 - 95% Relative Humidity MTBF: 5 Years Power Requirements: 100 - 240VAC or External 12VDC Regulatory Approvals: 508 Compliant Warranty: 3 Years Parts & Labor Line Item 2- Optional Line Item, if required: 13 each of Items as listed in Line Item 1 above NOTE: PO Contract award will be for Line Item 1 ONLY. DELIVERY: Delivery Location and Terms & Conditions: All Items will be required to be delivered to the USCG C2CEN 4000 Coast Guard Blvd. Portsmouth VA. 23703 Shipping Terms of FOB Destination are desired, FOB Destination- shipping cost are included in the purchase cost of the items. If quoting FOB Origin please provide Shipping cost as a separate Line Item. Delivery Requirement/Period of PO Contract: Line Item 1-Required Delivery is within 120 days ARO Line item 2 (Optional Items)- Required Delivery will be within 90 days after execution of the Modification to Exercise Option for additional Units. Note: It not known at this time when and if the Optional Items will be required. The Government reserves the right to Exercise the Option for additional Units within 12 Months of the Award of the PO Contract. Quotations/Proposals: Contractors shall provide Firm Fixed Price(FFP) cost quotations/proposals for Items 1 & 2. The offeror shall provide FFP for ALL Line Items above, offers for less than All Line Items will not be considered. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and BEST VALUE to the Government, price and other factors considered. FIRM FIXED Price Proposals/Quotations may be submitted on company letterhead stationary and must include the following information: Cage Code Number/DUNS Number, Cost breakdown, Unit Price, Extended Price, Delivery of Subscription, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Apr/08/2010 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailed to the primary POC James A. Lassiter Contracting Officer James.A.Lassiter@uscg.mil 2nd POC Ms. Carrie Houck Contracting Officer, USCG Carrie.F.Houck@uscg.mil *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by Apr/08/2010 @ 8:00am EST. The Anticipated Award Date for the Purchase Order Contract is Apr/09/2010, this date is approximate and not exact. The Following FAR Provisions apply to this Acquisition: This is a 100% SMALL BUSINESS SET-ASIDE. IAW FAR 52.219-6 NOTICE OF TOTAL SB SET-ASIDE FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR, Central Contractors Registration The Following FAR Clauses apply to this Acquisition: 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 The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Overall Best Value to the Government considering,Price, Technical Capability to provide the items that meet the specifications as listed above. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions –Commercial Items (MAR 2009) with the following addendas: FAR 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-7 Option for Increased Quantity—Separately Priced Line Item. OPTION FOR INCREASED QUANTITY—SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 DAYS. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) This following clause 52.232-18 applies to the Optional Line Item Only. FAR 52.232-18 Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) The USCG/Government is not bound nor required to Exercise any Option of the Awarded Purchase Order Contract. FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer – CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders –Commercial Items (FEB 2010), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-Q-PC8123/listing.html)
 
Record
SN02107743-W 20100401/100331000253-7dd2152225b7ae960b54eaad1ca05b5c (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.