Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

16 -- Electronic Flight Indicators-EFI - 11-Q-301065 CLIN

Notice Date
8/10/2011
 
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, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-11-Q-301065
 
Archive Date
9/6/2011
 
Point of Contact
Keith E. Hoffman, Phone: 2523345025, Danny R. Sawyer, Phone: 252-335-6291
 
E-Mail Address
keith.e.hoffman@uscg.mil, Danny.R.Sawyer@uscg.mil
(keith.e.hoffman@uscg.mil, Danny.R.Sawyer@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
CLIN for EFI This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number HSCG38-11-Q-301065 is assigned to this procurement for tracking purposes only and is issued as a Request for Quotation (RFQ). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-53. The US Coast Guard intends to issue a Purchase Order to the Original Equipment Manufacturer (OEM), L-3 Communications Display Systems, Cage Code: 63516, on an other than full and open competition basis. All responsible sources may submit a capability statement or quotation which shall be considered by the agency. The North American Industry Classification System Code is 334511 and the small business size standard is 750 employees. This requirement is for Electronic Flight Indicators (EFI) P/N 429300-400 and associated slip indicators. Firm Fixed Prices are requested for the following part and quantity. CLIN 0001: EFI 550 Multi-Func w/slip indicators, P/N 429300-400, NSN 5895-01-HS2-2866, Qty 49 ea. Provide quotations using the EXCEL spreadsheet attached to this solicitation. Required delivery is 365 days After Receipt of Order (ARO). Partial deliveries and earlier deliveries are acceptable at no additional cost to the Government. The actual delivery date will be established upon issuance of the purchase order. If the required delivery time frame of 365 days ARO cannot be met, quotes should reflect delivery dates or time frames the Government could expect shipment to occur ARO with shipment made fasted traceable means. Equipment will be shipped to the USCG Aviation Logistics Center (ALC), Bldg 63, Elizabeth City, NC 27909. F.o.b. Destination. Inspection and acceptance will be performed by USCG ALC Quality Assurance Office; Ensuring for count, condition and evidence of the required part numbers. Packaging and Marking: Packaging of the items for return shipment shall be in accordance with the contractor's best commercial practices with the following exceptions: Each item or unit must be individually packed in a separate box, carton or crate. Each individual container shall be labeled on the outside with Purchase Order Number, Line Item Number, Nomenclature, Part Number, NSN, and Serial Number (if applicable). The internal packaging material shall be sufficient to prevent damage during shipping, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one (1) year. The USCG Aviation Logistics Center is a supply depot; therefore material will be stored and transshipped to various users. The container shall be packed and labeled suitable for shipment via land, air or sea. Packaging material shall NOT consist of popcorn material, shredded paper, Styrofoam of any type or peanut packaging. Copies of packing slips shall be affixed to the outside of the shipping container. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) with the following included by addendum: 52.211-14 Notice of Priority Rating for National Defense Use, Emergency Preparedness, and Energy Use Program ; DO Rated Order (APR 2008) Addendum to 52.212-1 Instructions to Offerors-Commercial Items (Additional clauses/provisions in full text) 52.209-7 Information Regarding Responsibility Matters. INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). \ (End of provision) The provision at FAR 52.212-2 Evaluation of Commercial Items is not applicable to this solicitation. In lieu of this provision the following evaluation procedures shall be used: Quotes will be evaluated and a purchase order will be issued to the lowest priced technically acceptable quote. Technically Acceptable: Quotes must identify the manufacturer of the product(s) and provide assurance that the parts are technically acceptable, airworthy and suitable for installation on U.S. Coast Guard aircraft. Price: Quotes shall be firm fixed price and F.o.b. Destination. Quotes shall also include applicable payment terms and payment discounts which will be used only for payment of invoice purposes. Payment discounts are not evaluated as part of the price evaluation. Quotations shall identify the solicitation number HSCG38-11-Q-301065 and include the contractors Cage Code. Contractors must be registered in CCR. 52.212-3 Offeror Representations and Certifications-Commercial Items May 2011 X Alternate I of 52.212-3. Apr 2011 An Offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010) with the following addendum: 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (JAN 2011) (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the Central Contractor Registration database at http://www.ccr.gov. (b)(1) The Contractor will receive notification when the Government posts new information to the Contractor's record. (2) The Contractor will have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3)(i) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. (ii) As required by section 3010 of Public Law 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (End of clause) This solicitation incorporates one or more solicitation provisions/clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 52.214-34 Submission of Offers in English Language (APR 1991) 52.214-35 Submission of Offers in U. S. Currency (APR 1991) 52.246-2 Inspection of Supplies-Fixed Price (AUG 1996) 52.246-15 Certificate of Conformance (APR 1984) 52.247-34 F.o.b. Destination (NOV 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) and; 52.252-2 Clauses Incorporated by Reference (FEB 1998). The full text of the solicitation provision/clause may be accessed electronically at Internet address http://www.acquisition.gov/far/ FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2011); Subparagraph (a), (b) (1) (4) (6) (13) (14) (15) (16) (21) (24) (25) (26) (27) (28) (29) (30) (31) (36) (37) (40) (45), and (d). The Closing date and time for receipt of quotations is: 22 August 2011 at 3:00pm Eastern Time. Quotes may be submitted electronically to Keith.E.Hoffman @uscg.mil. Danny.R.Sawyer@uscg.mil is the secondary point of contact. Questions regarding this solicitation must be submitted in writing to Keith.E.Hoffman@uscg.mil or Danny.R.Sawyer@uscg.mil no later than 19 August 2011 3:00pm Eastern Time. Phone calls regarding this solicitation prior to its closing will not be accepted. Quotes may also be mailed to the below address: USCG Aviation Logistics Center LRS/C130 Product Line, DRS Hangar ATTN: Keith Hoffman/HSCG38-11-Q-301065 Elizabeth City, NC 27909-5001 All responsible sources may submit a quote which will be considered by the agency. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 2100 2nd Street, SW, Stop 7112 Washington, D. C. 20593-7112 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-301065/listing.html)
 
Place of Performance
Address: 1060 Consolildated Road, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02528777-W 20110812/110810235329-6e31a8c6cf46a35dc22c24e29ff85e87 (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.