Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

58 -- Purchase of Radar Components

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-PC2399
 
Archive Date
8/27/2010
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
N/A
 
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-PC2399.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through FAC Federal Acquisition Circular 05-44. This procurement will be processed in accordance with FAR Part 12 &13. The North American Industry Classification System (NAICS) is 334511 The SBA size standard in Employees is 750. This is NOT a Small Business Set-Aside.IAW FAR Part 19.502-2(a) There is not a reasonable expectation that 2 or more Small Business Concerns will be providing offers for this requirement, due to this requirement is determined to be a Sole Source Acquisition. The Contracting Officer reserves the right to re-solicit as a Small Business Set-Aside if there are responses to this Solicitation that warrant such action. The USCG Command and Control Engineering Center (C2CEN) Ports. Va. 23703 intends to issue a Firm Fixed Price Purchase Order Contract for the purchase of the following 2 Items. Item 1: 6 each of PN# 200 PC-RP Radar Interface Card. Item 2: 6 each of PN# MB-P45AX Motherboard Upgrade Kit (CPU, Motherboard, RAM, Graphics card, DOM, PS). The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these material/items than that information listed. Items are to be New Items, Used Refurbished Items are not acceptable. Request for drawings/specs will be disregarded. Due to the compatibility and parts/logistical support of existing USCG Systems & Components it is required that the Items are to be purchased from SSR Engineering Inc. See JOTFOC Justification for Other Than Full and Open Competition. Required Delivery Date is within 45 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG Base Portsmouth C2CEN 4000 Coast Guard Blvd. Portsmouth Va. 23703. The proposed Contract action resulting from this synopsis/solicitation for commercial supplies is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1 & 13.106-1(b). Interested persons/parties may identify their interest and capability to respond to the requirement or submit quotations/proposals. This notice of intent is not a request for competitive quotations/proposals. However, all proposals received within 5 Business Days after date of publication of this synopsis/solicitation will be considered by the CG/Government. A determination by the CG/Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes. The contractor for this proposed Sole Source contract is: SSR Engineeering Inc. Cage Code#1KFG9. A EPLS/CCR/BINCS data search was conducted by the Contracting Officer on 08/05/2010, the Contractor is in Good Standing with the Federal Gov. and is an Active Registration Status in CCR. This is Considered to be a Sole Source Acquisition. See attached below JOTFOC Justification for Other Than Full and Open Competition The government intends to award a Purchase Order 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 Quotations may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Aug/12/2010 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to James.A.Lassiter@uscg.mil *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Delivery Information,by Aug/12/2010 @ 8:00am EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination, Destination is preferred by the USCG/GOV. If proposing FOB Origin provide Shipping cost as a separate Line Item. Shipping to Portsmouth Va. 23703 The anticipated Award Date for the PO Contract is Aug/12/2010, this date is approximate and not exact. The Following FAR Provisions apply to this Acquisition: 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 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/offeror 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 Best Value to the Government considering specification,price, delivery, and past performance, and quality. 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 (JUNE 2010) with the following addendas: 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 (JUNE 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; 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. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION USCG C2CEN (1) Nature and/or description of the action being approved: Hardware upgrade of SSR Engineering PC-based Radar Processor (PCRP) equipment. PCRP is used extensively in Command Center Integrated Systems (CCIS) product line and is the only product approved by C2CEN's Configuration Control Board (CCB). (2) Description of the supplies required: Equipment to re-cap existing PCRP boxes, both fielded and DLR spares. 2.1 Radar Interface Card, P/N 2200. 6 each 2.2 Mother Board upgrade kit, P/N MB-P45AX. 6 each (3) Identification of the statutory authority permitting other than full and open competition: 6.302-1 (2)(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 there, of, when it is likely that award to any other source would result in a substantial duplication of cost to the Government. (4) Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited: SSR Engineering products, including PCRP, use proprietary coding and software. No other manufacturers produce Radar Interface Cards that are compatible for use within the PCRP chassis. (5) 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. Requirement shall be posted on Fed-Biz-Ops. (6) Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable: Previous orders of SSR Eng. upgrade kits completed by C2CEN in 2007 and 2008. Price was determined to be reasonable at that time and hasn't changed significantly since then. (7) Description of the Market Research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. To maintain accepted Configuration Management (CM) standards, the PCRP component of CCIS product line must used without substitution. No other commercial product has been tested or certified for use in C2CEN product lines, i.e. no other product has been approved by C2CEN's Local Configuration Control Board (LCCB). (8) Any other facts supporting the use of other than full and open competition: None (9) Listing of the sources, if any, that expressed an interest in the acquisition: None at this time. (10) 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: None. (11) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief: /rjt/ LT Robert Tenetylo /jal/ James A. Lassiter Technical (signature) Contracting Officer (signature)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-Q-PC2399/listing.html)
 
Record
SN02230708-W 20100807/100805235833-5fe1cd36ff248a1068c6adb22cd1662d (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.