Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

70 -- Purchase of Motorola Items

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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-PC6161
 
Archive Date
10/1/2011
 
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 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 RFQ HSCG44-11-Q-PC6161. 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 & 13. The North American Industry Classification System (NAICS) is 334220. The SBA size standard is 750 Employees. Due to this Acquisition being considered to be a Brand Specific Procurement it is not anticipated that the Contracting Officer will receive a sufficient amount of offers from Small Business Concerns; therefore the Contracting officer has determined that restricting this acquisition is not in the best interest of this requirement. Therefore IAW FAR 19.502-2(a) this IS NOT A Small Business Set-A-Side. Due to the compatibility and parts/logistical support of existing USCG Systems & components it is required that the items are to be "Brand Specific" and therefore are to be manufactured by MOTOROLA Only (See JOTFOC below). Substitute proposed brands will NOT be considered for award. 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 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 "Brand Specific", see JOTFOC below. Substitute proposed Brands will NOT be considered for award. Any Offerors that are authorized MOTOROLA Dealers/Distributors are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops Solicitation. 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 Alexandria Va. 22315 Note: The USCG/Government reserves the right to Award on an All or None Basis: The USCG/Government may purchase from the Offeror that submits the lowest aggregate price rather than issue a PO to each supplier on the basis of the lowest quotation on each item. This is in consideration of the Administrative cost of Multiple Orders. FIRM FIXED Price Proposals may be submitted on company letterhead stationery 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/16/2011@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 Sep/16/2011@7:00AM EST. Delivery Information is to include the Shipping Terms the offeror 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 Sep/16/2011, this date is approximate and not exact. Schedule B 1. 1 each of- KMF Server and Client Software Model # ZA00860AA 2. 1 each of- KMF Encryption Model # SQM01SUM0134 3. 1 each of - Basic Software Option Model # CA00147AB 4. 1 each of - AES Encryption Kit Model # CA00182AC 5. 1 each of - Encryption Kit Model # CA00143AA 6. 2 each of - Certified KMF Workstation w/ Vista - non returnable Model # DDN9971 7. 1 each of - KMF G6 Server - non returnable Model # TT2310 8. 3 each of - Symantec Endpoint Protection V11.0 Corp Ed Lic and Media - single copy Model # DDN9979 9. 3 each of - Std Assurance AES Cryptr II Model # T7547 10. 1 each of - Rack Mount Kit for Cryptr II Model # TKN9285 11. 1 each of - Desk Mount Kit for Cryptr II Model # TKN9286 12. 3 each of - Ethernet Straight Through with Sealing Boot Model # DLN6737. 13. 3 each of - 19 inch LCD, Black, Non-touch Model # DS019blk 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 (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 (JOTFOC) 1. Agency, Contracting Activity The United States Coast Guard Command, Control, & Communications Engineering Center (C3CEN), Portsmouth, VA. 2. Nature and/or description of the action being approved C3CEN CT-RF requires a Motorola Key Management Facility (KMF) which will be used for development, test, implementation, and management of the Coast Guard Enterprise OTAR capabilities. The KMF is a key part of the CG's electronic encryption SBU key distribution initiative. 3. A description of the supplies or services required to meet the agencies' needs (including total estimated value): The KMF system is used to OTAR CG VHF -FM and UHF-FM tactical radios and is used by the KVL 3000Plus to distribute electronic SBU key(s). The upgrades to the KMF will allow the unit to mimic the operation functionality of the Custom and Border Patrol's (CBP) KMF system at NLECC. Having a like-built KMF will allow CT-RF to development, test, and implement changes which will affect our OTAR Enterprise system. Total Estimated Value: $ 120,000.00 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 thereof, when it's likely that award to any other source would result in a substantial duplication of cost to the Government. The Motorola brand KMF is unique to the USCG and was the benchmark for the configuration of the CBP's NLECC Facility. Motorola is capable of providing the necessary upgrades which will allow continuity of effectiveness in operations. 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited The Motorola brand KMF is unique to the USCG and was the benchmark for the configuration of the CBP's NLECC Facility. Motorola is capable of providing the necessary upgrades which will allow continuity of effectiveness in operations. 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 - Requirement shall be posted on FedBiz Ops (FBO) as Brand specific, with a Statement that any offerors that are able to provide the Specified Brands may provide a quote and all quotes will be considered. 7. Any other facts supporting the use of other than full and open competition: Motorola KMFs are low demand and uniquely configured/programmed for a unique operating environment which extremely limits the number of vendors in this supply market capable of providing a KMF comparable with a CBP KMF. 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 using various methods, including numerous internet searches for the same brand specific items. 9. Any other facts supporting the use of other than full and open competition: (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. The estimate cost to the USCG/Gov is $1,000,000.00 to Procure/Test; Re-train Coast Guard and contractor personnel, for troubleshooting and other support requirements for all new Equipment. 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 certifies that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. Technical Representative ETCS JANTZ Contracting Officer James A. Lassiter
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PC6161/listing.html)
 
Record
SN02572250-W 20110914/110912235817-6d334fdb5d802c62db384f300ab4e20d (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.