Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

59 -- Purchase of Navaid Sensor Modules and Test Fixtures

Notice Date
7/12/2011
 
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
HSCG44-11-Q-PC5055
 
Archive Date
8/4/2011
 
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
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented 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 HSCG44-11-Q-PC5055. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-51. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 334511. The SBA size standard is 750 Employees. Due to this Acquisition being considered to be a Sole Source 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. This proposed Contractual action is a follow-on to the Contract HSCG44-09-449TED499 which included First Article Items that were required to be Designed/Manufactured/Tested and Evaluated and provided for production quantities. The Contractor, Delta Integration Inc. was not allowed to commence with the Production Run of the items post First Article Government approval, due to the expiration of the Contract Funding. Approval of the First Article items was delayed due to USCG/ Government matters beyond control. The USCG C3CEN intends to purchase on a non-competitive basis with Delta Integration Inc. 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 proposals. This notice of intent is not a request for competitive quotations/proposals. However, all quotations/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 for future acquisitions. The contractor for this proposed Sole Source contract is: DELTA INTEGRATION INC. Cage Code: 0R8M2. An EPLS/CCR/BINCS Contractor Verification Information search was conducted on Jul/12/2011; by the Contracting Officer listed below, the Contractor is Active in CCR and appears to be in Good Standing with the Government and is not on the EPLS list. Items are to be New items. Used or Refurbished items are not acceptable. 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. Unless otherwise stated all items will be required to be shipped to the USCG Portsmouth Va. 23703 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 JUL/20/2011@7:00AM 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, james.a.lassiter@uscg.mil. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Delivery Information by JUL/20/2011@7:00AM 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 / Schedule is: 1 lot of 25(Sensors) every 30 days starting within 90 days ARO 2 each of the Test Fixtures within the last delivery schedule of the Sensors. Anticipated Award Date for the PO Contract is JUL/21/2011, this date is approximate and not exact. Schedule B: Line 1: 2 each of- Navaid Test Fixtures PN#0R8M2-1114 Line 2: 100 each of- Navaid Sensor Module PN#0R8M2-1112 Line 3: Shipping Cost PLEASE NOTE: THIS IS NOT A SMALL BUSINESS SET-A-SIDE. 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 (APR 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)(APR 2008). 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 (APR 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 (31 USC. 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) (a) 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 C3CEN (Command, Control & Communications Engineering Center) located in Portsmouth, VA. (2) Nature and/or description of the action being approved. Sole Source Procurement of the items as described in par-3 below. This is a follow-on to the Contract HSCG44-09-449TED499 which included First Article Items that were required to be manufactured/tested and evaluated and production quantities, the Contractor was not allowed to commence with the Production Run of the items post First Article Government approval, due to the expiration of the Funding. Approval of the First Article items was delayed due to Government matters. (3) A description of the supplies or services required to meet the agency's needs. Procurement of 100 ea NAVAID Sensor Module PN#0R8M2-1112. The NAVAID Sensor Module will be installed inside NAVAID Sensor Panels. The NAVAID Sensor Module is used to Control and Monitor Light and Sound Signals at numerous Lighthouses. Procurement of 2 each Navaid Test Fixtures, PN#0R8M2-1114 is used to Test/Repair the Modules. The updated NAVAID Sensor Module (P/N 0R8M2-1112) supplied under this procurement action is an updated version of the original NAVAID Sensor Module (P/N 0C 5998-01-210-0078 XB) initially designed, developed, and fielded in the 1970's. Since then many of the original components utilized on the original NAVAID Sensor Module are no longer manufactured. Navaid Test Fixtures, PN#0R8M2-1114 for use at the ERF to repair the modules. The updated NAVAID Sensor Module (PN# 0R8M2-1112) also has circuit design improvements which eliminates or consolidates various components. (4) An 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. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The proposed Contractor, Delta Integration designed and manufactured the First Article current version of the NAVAID Sensor Module Part Number 0R8M2-1112 under contract HSCG44-09-449TED499, which completed and passed Government Testing and Acceptance on 31 Jan 2011. Therefore, Delta Integration has already completed Circuit Design and Component Layout of the NAVAID Sensor Module Part Number 0R8M2-1112 as part of First Article Testing. This includes two Test Fixtures that they designed and fabricated. This effort would need to be duplicated if awarded to a different Contractor and those associated costs would be passed onto the Government. This would require the First Article Process to be started at the beginning stages. (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. A solicitation is to be posted on FED-BIZ-OPPS. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The anticipated cost for the Sensor Modules is each 560.00 X 100 for a total of $56,000.00 based upon the parts that are required for the modification kit. This includes two Test Fixtures at a cost of $2800.00 each for an Estimated total cost of $60K to $62K for all required items. Also as compared to proposals in ref to the Solicitation for the award of: HSCG44-09-449TED499, this award was the result of a competitive acquisition. (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 done based upon Internet search for pricing information from various vendors on the individual parts of the modification kit. Due to the customized nature of some of the components, some parts are not readily available from vendors. (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. (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. An estimated additional $7,500.00 would be required for a contractor to "Reverse Engineer" a First Article NAVAID Sensor Module Part Number 0R8M2-1112 to perform Circuit Design and Component Layout in addition to the Manufacturer and Assembly costs. (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. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None 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 the supplies or services required. Subsequent acquisitions for NAVAID Sensor Module Part Number 0R8M2-1112 are not planned. This procurement is limited only to purchase of sufficient number of NAVAID Sensor Module Part Number 0R8M2-1112 and adequate spare to replace the original NAVAID Sensor Module P/N 0C 5998-01-210-0078 XB. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. (b) Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. Alan Davis Technical (signature) James a. Lassiter Contracting Officer (signature)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PC5055/listing.html)
 
Place of Performance
Address: 23 HOWARD AVE, LANCASTER, Pennsylvania, 17602-3603, United States
Zip Code: 17602-3603
 
Record
SN02496864-W 20110714/110712235731-43ff5dc8b5673f032cb3dc62c16b8bbd (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.