Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

U -- Purchase of Training

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
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-PC6156
 
Archive Date
9/17/2011
 
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
This is a combined synopsis/solicitation for commercial services 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-PC6156. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 611710. The SBA size standard is $7.0 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 Price Purchase Order to: Sunair Electronic LLC for 5-Days of Classroom and Hands-On Instruction IAW the below Statement of Work(SOW). The proposed contract action resulting from this synopsis/solicitation for commercial services 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 4 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: Sunair Electronic LLC, Cage Code 12338. 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: Aug/29/2011. 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. 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 Sep/02/2011@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 Information by Sep/02/2011@7:00AM EST. Anticipated Award Date for the PO Contract is Sep/06/2011, this date is approximate and not exact. Schedule B: Line 1: 1 each 5-days of Classroom training for up to 5 students to be conducted 12-16 September 2011. Description of training required: forty (40) hours of technical, hands-on instruction to be provided at the contractors specified location, IAW the SOW, during the week of 12 September 2011. Statement of Work(SOW) Training - Maintenance, Troubleshooting, and Operation of the Sunair RT-9000 HF Radio, RCU-9310 Remote Control Unit, and CU-9125 Antenna Coupler START: 12 September 2011 COMPLETE: 16 September 2011 SHORT TITLE: Training - Maintenance and Troubleshooting and Operation of the Sunair RT-9000 HF Radio, RCU-9310 Remote Control Unit, and CU-9125 Antenna Coupler 1. PLACE OF PERFORMANCE: Training shall be held at the contractor's specified location. The contractor shall provide Prime Equipment: the equipment needed for hands-on operation, troubleshooting and alignment will be provided in the classroom to include full functioning set-ups of the RT-9000 family of equipment and all standard test equipment, tools, and test adapters needed for tasks covered under section 5. Description of Work. 2. REFERENCES: None 3. SECURITY REQUIREMENTS: None - The nature of the required work is unclassified. 4. PURCHASE ORDER Contract MANAGEMENT DESIGNATION: The government representative for this Purchase Order Contract is Mr. James Lassiter, U.S. Coast Guard 5. DESCRIPTION OF WORK: 5.1 Scope: The Contractor shall provide 5 days (total of 40 hours) of classroom instruction on the RT-9000 HF communications system operations, maintenance and trouble shooting for engineers and technical professionals. The Contractor shall provide training for a maximum of five (5) students. Instructors shall be experts in the field of High Frequency Radio Frequency Communications, Automatic Link Establishment standards, specifically the standard as applied to the United States Customs and Border Patrol (CBP) Cellular Over The Horizon Enforcement Network (COTHEN), and the operation, maintenance and repair of the Sunair Electronics LLC. RT-9000 family of products. 5.1.1. Training Syllabus HF Radio RT 9000 Family: The course syllabus for the proposed operator/maintenance training is as follows: The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation, and trouble-shooting the RT-9000 Series equipment using the Built-in Test Equipment (BITE). The training will enable installation, operation, and maintenance of the following equipment: 1. RT-9000D HF/SSB Transceiver with ALE The maintenance training will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level with emphasis on the use of the equipment built in test equipment (BITE). The training shall include: Introduction to RT-9000D. RT-9000D capabilities and characteristics. Demonstrate set up, and operation of the RT-9000D. Students perform hands-on operation of RT-9000D. Theory of operation of the RT-9000D. Signal flow and circuitry of the RT-9000D. 1.) Advanced Operations 2.) Receiver Scanning 3.) Automatic Link Establishment (ALE) Programming 4.) Automatic Link Establishment (ALE) Operation 5.) Sounding 6.) All Call 7.) Break Link Command Demonstration of BITE troubleshooting. Demonstration of removal and replacement of LRU's. Demonstration of field alignments of the RT-9000D. Practical application with expert electronics technicians/engineers in test lab. HF Radio RCU-9310 Family The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation, and trouble-shooting the RCU-9310 Series equipment using the Built-in Test Equipment (BITE). The training will enable installation, operation, and maintenance of the following equipment: 1. RCU-9310 Remote Control Unit The maintenance training will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level with emphasis on the use of the equipment built in test equipment (BITE). The training shall include: Introduction to RCU-9310D. RCU-9310D capabilities and characteristics. Demonstrate set up, and operation of the RCU-9310D. Students perform hands-on operation of RCU-9310D. Theory of operation of the RCU-9310D. Signal flow and circuitry of the RCU-9310D. Advanced Operations Receiver Scanning Automatic Link Establishment (ALE) Programming Automatic Link Establishment (ALE) Operation Sounding All Call Break Link Command Demonstration of BITE troubleshooting. Demonstration of removal and replacement of LRU's. Demonstration of field alignments of the RCU-9310D. Practical application with expert electronics technicians/engineers in test lab. CU-9125 Coupler The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation, and trouble-shooting the CU-9125 Antenna Coupler. The training will enable installation, operation, and maintenance of the following equipment: 1. CU-9125 ANTENNA COUPLER The maintenance training will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level. The training shall include: Introduction to CU-9125. Operation: Antenna Coupler Tuning Theory of Operation - General Antenna Tuning Network Detector/Pad Assembly Computer Board Assembly RF Assembly - Theory of Operation Mother Board Maintenance and Troubleshooting Overview Preventative Maintenance Cover Removal and Inspection Performance Tests Computer Board Alignment Procedure Coupler Test Alignment for Detector/Relay Pad Installation and Mounting Antennas and Ground Systems. Antenna Installation and Grounding Checks after Installation Practical application with expert electronics technicians/engineers in test lab. 6. GOVERNMENT-FURNISHED PROPERTY (GFP): None. 7. DATA DELIVERABLES: The contractor will provide: 1.) Each student will be supplied with one (1) copy of the Operation and Maintenance Manual for CU-9125 for their personal note taking and use. These manuals contain technical information, operation procedures, theory of operation, installation and maintenance procedures, block and schematic diagrams. 2.) Each student will be supplied with one (1) copy of the Operation and Maintenance Manual for RT-9000D for their personal note taking and use. These manuals contain technical information, operation procedures, theory of operation, installation and maintenance procedures, block and schematic diagrams. 3.) Each student will be supplied with one (1) copy of the Operation and Maintenance Manual for RCU-9310D for their personal note taking and use. These manuals contain technical information, operation procedures, theory of operation, installation and maintenance procedures, block and schematic diagrams. 12. OTHER CONDITIONS/REQUIREMENTS: N/A 12.1. Travel N/A 12.1.1. Place and Hours of Performance: Work is to be performed at the contractor's provided classroom and or lab space between the hours of 8:00 am to 5: pm daily. 12.2. Quality Assurance Provisions: 12.2.1. Compliance The Contractor shall ensure that delivered tasks meet all standards and guidelines provided in this contract and in applicable regulations and directives. 12.2.2. Acceptance A preliminary training syllabus submitted to the U.S. Coast guard will be reviewed by the U.S. Coast Guard for completeness, and may be returned to the contractor for correction. Absence of any comments by the U.S. coast Guard shall not relieve the Contractor of the responsibility for complying with the requirements of this work statement. The work shall be considered complete when the training has concluded and all deliverables have been provided to the government representative. 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 (AUG 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 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 Command, Control, and Communication Engineering Center (C3CEN), 4000 Coast Guard Blvd, Portsmouth, VA, 23703. (2) Nature and/or description of the action being approved. Purchase of training services for specialized course Operation, Maintenance and Troubleshooting of the Sunair RT-9000 High Frequency transceiver, RCU-9310 Remote Control Unit, and CU-9125 Antenna Coupler (3) A description of the supplies or services required to meet the agency's needs (including the estimated value). C3CEN is responsible for all engineering and lifecycle support for all High Frequency (HF) Radio Frequency (RF) Automatic Link Establishment (ALE) capable communications installed all classes of cutters and small boats with HF RF communications requirements operated throughout the Coast Guard. In order to meet the Coast Guard's requirement for C3CEN personnel to be the Coast Guard's engineering and technical experts on HF RF ALE communications, C3CEN requires periodic specialized training on specific equipment used in the fleet in order to enhance and refresh the technical expertise of C3CEN's engineers, technicians, and managers. In order to maximize the number of personnel who can attend the required training, training needs to occur the week of 12 September 2011. Course training will be a 5 day, 40 hour technical instruction for up to five (5) students on Operation, Maintenance and Troubleshooting of the Sunair RT-9000 family of HF communications in an Automatic Link Establishment (ALE) environment that can be provided at a contractor's supplied location the week of 12 September 2011. Instructors shall be experts in the field of High Frequency Radio Frequency Communications, Automatic Link Establishment standards, specifically the standard as applied to the United States Customs and Border Patrol (CBP) Cellular Over The Horizon Enforcement Network, (COTHEN), and the operation, maintenance and repair of the Sunair Electronics LLC. RT-9000 family of products. Sunair Electronics LLC has offered the course at a total estimated cost of $9,500.00. (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1(2)When the supplies or services required by the agency are available from only one responsible source, or, for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. These services are only available from one source. Market research shows that no other vendors can provide training at the level and scope required. Market research identified that other vendors provide HF RF ALE training, but it's specific to their product. (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. This requirement will be posted on FedBiz-Ops with the statement that any offerors that feel they can meet the requirement may provide quotations/proposals. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Prices are fair and reasonable based on similar training on other radio products in the USCG inventory. (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 conducted for other companies providing training for depot level repair maintenance and advanced operational user training with negative results specific to our product. (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. (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. None at this time. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. Contracting Officer James A. Lassiter I certify this procurement meets the Governments 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. Technical Representative David Littley
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PC6156/listing.html)
 
Place of Performance
Address: 200 S ANDREWS AVE. #7B, FORT LAUDERDALE, Florida, 33301-1864, United States
Zip Code: 33301-1864
 
Record
SN02553589-W 20110831/110829235437-f12d13ccaed3dcf227e39f9f81d38c38 (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.