Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

58 -- MOBILE 800 MHZ RADIOS WITH INTEROPERABILITY WITH YORK COUNTY, VA - Pricing Sheet and J&A

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
922190 — Other Justice, Public Order, and Safety Activities
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fs), U.S. Coast Guard Training Center Yorktown, Thayer Hall, Room 211, Yorktown, Virginia, 23690-5000, United States
 
ZIP Code
23690-5000
 
Solicitation Number
HSCG41-11-Q-QWA064
 
Archive Date
9/17/2011
 
Point of Contact
Sharon K. Griffin, Phone: 7578562332, Becky M. Meyer, Phone: 7578562219
 
E-Mail Address
sharon.k.griffin@uscg.mil, becky.m.meyer@uscg.mil
(sharon.k.griffin@uscg.mil, becky.m.meyer@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Pricing Sheet Sole Source J&A 1. This announcement is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) will award a single Firm Fixed Price type contract. 2. The solicitation number is HSCG41-11-Q-QWA064 and is being issued as a Request for Quotation (RFQ). 3. This is a sole source acquisition. 4. The North American Industry Classification Systems (NAICS) code for this requirement is 922190. 5. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The USCG intends to award a Firm Fixed Price Contract on the basis of other than full and open competition to purchase fifteen (15) each Mobile 800MHz radios programmed for interoperability with the County of York, Virginia The USCG intends to negotiate and award only the County of York, Virginia, because it owns the proprietary data for interoperability programming. It is the Government's belief that only the Count y of York, Virginia, can provide the items identified below. Concerns having the expertise and required capabilities to provide these items are invited to submit such data discussing the same in duplicate within 5 calendar days from the date of this announcement. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. The submission of this data shall not impede award of this contract. The Government does not intend to pay for information solicited. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 6. The USCG intends to acquire the following items: ITEM 0001: Fifteen (15) each, XTS2500 Portable Radios and accessories (see attached pricing sheet), programmed for interoperability with County of York, Virginia. Delivery for all above referenced items shall be two weeks from award of order. If delivery cannot be made in accordance with the Government's delivery schedule, best possible delivery schedule shall be indicated on quote. 7. The following FAR and, HSAR provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text: - FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) supplemented as follows: QUOTE SUBMISSION DEADLINE: The offeror shall submit an electronic version of the quote in word, excel, or adobe pdf format by noon, Friday, September 2, 2011 via email to Sharon.k.griffin@uscg.mil. Any questions should be emailed no later than 1:00 pm ET on Wednesday, August 31, 2011. Additional solicitation requirements, terms and conditions, are as follows and shall be submitted with your response: a. The solicitation number; b. The name, address, and telephone number of the offeror; c. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; d. Three (3) Past performance references; e. Completed pricing spreadsheet; f. Terms of any express warranty; g. Price, availability and any discount terms; h. A completed copy of the representations and certifications at FAR 52.212-3 i. Acknowledgement of Solicitation Amendments; j. Company Tax Information Number and DUNS Number. -FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) supplemented as follows: Delivery and pricing are evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. -FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/. - FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011) Clause 52.212-5 further incorporates the following: 52.203-6 Alt 1 (Oct 1995), 52.219-6 (June 2003), 52.219-28 (April 2009), 52.222-3 (June 2003), 52.222-19 (July 2010), 52.222-21 (Feb 1999), 52.222-26 (Mar 2007), 52.222-35 (Sept 2010), 52.222-36 (Oct 2010), 52.222.37 (Sept 2010), 52.222-50 (Feb 2009), 52.225-13 (June 2008), and 52.232-33 (Oct 2003). FAR 52.233-2 Service Of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The following Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply to this acquisition: 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) CG 912 Clauses - Organizational Conflicts Of Interest for Contracts Awarded By the U.S. Coast Guard Office of Contract Operations (a) The contractor warrants that to the best of its knowledge and belief, and except as otherwise disclosed, he or she does not have any organizational conflict of interest, which is defined as a situation in which the nature of work under a government contract and a contractor's organizational, financial, contractual or other interests are such that: (1) Award of the contract may result in an unfair competitive advantage; or (2) The contractor's objectivity in performing the contract work is or might be otherwise impaired. (b) The contractor agrees that if after award he or she discovers an actual or apparent organizational conflict of interest with respect to this contract, he or she shall make an immediate and full disclosure in writing to the contracting officer which shall include a description of the action which the contractor has taken or intends to take to eliminate or neutralize the conflict. The government may, however, terminate the contract for the convenience of the government if it would be in the best interest of the government. (c) In the event the contractor was aware of an organizational conflict of interest before the award of this contract and intentionally did not disclose the conflict to the contracting officer, the government may terminate the contract for default. (d) The provisions of this clause shall be included in all subcontracts and consulting agreement wherein the work to be performed is similar to the service provided to the Government by the prime contractor. The contractor shall include in such subcontracts and consulting agreements any necessary provisions to eliminate or neutralize organizational conflicts of interest. (End of Addendum)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTC/HSCG41-11-Q-QWA064/listing.html)
 
Place of Performance
Address: Commanding Officer (f), USCG Training Center Yorktown, 1 USCG Training Center, Yorktown, Virginia, 23690, United States
Zip Code: 23690
 
Record
SN02552027-W 20110828/110827000149-a054f494205168eff01247e237e7ccd0 (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.