Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
SOLICITATION NOTICE

59 -- PURCHASE OF ELECTRONIC EQUIPMENT

Notice Date
2/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
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
HSCG44-11-Q-PC4022
 
Archive Date
3/2/2011
 
Point of Contact
James A Lassiter, Phone: (757)686-2149, Carrie 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
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information 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 HSCG44-11-Q-PC4022. This number is for tracking purpose only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-49. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 517919. The SBA size standard is $23 Million. Due to this Acquisition being considered to be a Sole Source Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a) This IS NOT A Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase on a non-competitive basis by awarding a Firm Fixed Purchase Order Contract to: SHIPCOM LLC for 2 each of: SRSS-3 Squelch Proto-Type, 1 each of: Re-design Board to Add Audio Presence Indicator Circuit and 1 each of: SRSS-2 Spare Module The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. Items are to be a New items. Used or Refurbished items are not acceptable. Due to the compatibility and parts/logistical support of existing USCG Systems & Components it is required that the items are to be acquired by the specific Original Equipment Manufacture and therefore are to be manufactured by the OEM SHIPCOM LLC only. Substitute proposed items/brands will NOT be considered for award. The proposed contract action resulting from this synopsis/solicitation for commercial supplies is the Government's intention to solicit and negotiate with only one source under the authority of FAR 6.302.1 and 13.106-1(b). Interested persons/parties may indentify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the 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: SHIPCOM LLC., Cage Code 3DWT4. A current CCR Data Search and EPLS Data Search was conducted on this Contractor by the Contracting Officer. This Contractor is current/active in CCR and does not appear on the EPLS List. Data Search date: Feb/08/2011. This is a Sole Source Procurement. See attached JOTFOC Document below. 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. The Required Delivery Date is 30 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN 4000 Coast Guard Blvd., Portsmouth, VA 23703-2199. FIRM FIXED Price Proposals may be submitted on company letterhead stationary and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is FEB/15/2011@8:00AM EST. Facsimile and Email quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to the POC James A. Lassiter, Contracting Officer, jamesa.a.lassiter@uscg.mil. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Delivery Information by FEB/15/2011@8:00AM. EST Delivery Information is to include the Shipping Terms the Offerer is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. Required Delivery Date is 30 Days ARO. Anticipated Award Date for the PO Contract is FEB/16/2011, this date is approximate and not exact. Schedule B: 2 each of: SRSS-3 Squelch Proto-Type 1 each of: Re-design Board to Add Audio Presence Indicator Circuit 1 each of: SRSS-2 Spare Module 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 (JAN 2011) 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 (FEB 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 FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2011), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) 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 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) 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) The above/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 JOTFOC Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by FAR Subpart 6.3, HSAR 3006.3, HSAM 3006.3, CGAP 1206.3, and in accordance with (IAW) requirements of FAR 6.303-1, the justification for the use of the statutory authority under FAR Subpart 6.302-1 is justified by the following facts and rationale required under FAR 6.303-2 as follows: 1) Agency and Contracting Activity: The US Coast Guard, Command, Control and Communications Engineering Center (C3CEN), Portsmouth Va. proposes to purchase equipment on a basis other than full and open competition. 2) Nature and/or description of the action being approved: Sole Source Procurement of items listed below in par-3 to support the Model SRSS-3 Prototype with 8 modules, Rack Mount. 3) Description ofSupplies: The proposed acquisition consists of the following items: 2 each of: SRSS-3 Squelch Proto-Type 1 each of: Re-design Board to Add Audio Presence Indicator Circuit 1 each of: SRSS-2 Spare Module Estimated value of all items: $8,500.00 4) Identification of the Statutory Authority Permitting Other Than Full and Open Competition: The statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Section (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- (AA) Substantial duplication of cost to the Government that is not expected to be recovered through competition..." is directly applicable. 5) Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited: The US Coast Guard tasked C3CEN with developing a method for one watch-stander to affectively monitor multiple HF receivers. While researching capabilities, SHIPCOMs SRSS was identified as an acceptable means. Conventional amplitude squelch circuits used in receivers operate on the principal that the amplitude of a received signal must exceed a pre determined threshold before the squelch circuit will un-mute the receiver allowing audio to the speaker. While this method works well for VHF and above, it is unsuitable for ‘our' use on HF. The static noise found in the HF bands causes the operator to set the ‘adjustable' squelch circuit to respond to a higher amplitude in order to eliminate the static noise. A noise compensated Syllabic Rate Squelch System (SRSS) circuit minimizes this problem by achieving a high sensitivity to voice signals while at the same time being insensitive to the type of noise typical on an HF circuit. 6) Description of Efforts Made to Ensure Offers are Solicited From as Many Potential Sources as Practicable: Requirement shall be posted on to FEDBIZOPS. The posting will include verbiage that any Offeror that feels that they can provide items that meet this requirement as stated may provide a quotation, and the Government will consider all offers. 7) Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: It is anticipated that the purchase cost for these items will be the same or less than the General Public would pay for the same items in the Commercial Market place. 8) Description of Market Research: We have performed market research via the internet, phone and meetings, and found NO other products that perform similar functions. 9) Any Other Facts Supporting the Use of Other Than Full and Open Competition: SRSS is proprietary equipment SHIPCOM LLC is the OEM that can provide this product and these items. 10) A Listing of the Sources, if Any, That Expressed, in Writing, An Interest in the Acquisition: No other parties have expressed interest at this time. 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 Supplies or Services Required: None at this time. 12) This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is Determined to be Fair and Reasonable. James A. Lassiter USCG Contracting Officer, date: Feb/08/20ll I certify this procurement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. Kevin L. Miller Project Officer, date: Feb/08/2011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PC4022/listing.html)
 
Record
SN02376918-W 20110211/110209234820-de01eadcfe51731211da2f050c7b3c6c (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.