Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
AWARD

61 -- Purchase and Install of Isolation Transformer Kit

Notice Date
3/12/2012
 
Notice Type
Award Notice
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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
HSCG44-12-Q-PC2123
 
Archive Date
3/27/2012
 
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
 
Award Number
HSCG44-12-P-PC2250
 
Award Date
3/12/2012
 
Awardee
EMERSON NETWORK POWER, 610 EXEC CAMPUS DRIVE, WESTERVILLE , Ohio 43082-9394, United States
 
Award Amount
$10,803.00
 
Line Number
1-3
 
Description
Description: This is a combined synopsis/solicitation for commercial items 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 HSCG44-12-Q-PCZ184. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-55. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 334119. The SBA size standard is 1000 Employees. 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 Purchase Order Contract to: Buffalo Computer Graphics Inc. for the purchase of various Radar components, and the purchase of On-Site Installation and Training. 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). Any Contractor that feels that they can provide the Exact Items/Services are encouraged to respond to this RFQ as it is listed. 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 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. The Contractor for this proposed Sole Source Contract is: Buffalo Computer Graphics Inc. Cage Code 0AK34. A current CCR Data Search and EPLS Data Search were 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: Feb/15/2012. 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. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Price Proposals with Delivery Information by FEB/23/2012 @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. 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. Email quotes are acceptable and may be Emailed to the POC James A. Lassiter, Contracting Officer, James.A.Lassiter@uscg.mil. Anticipated Award Date for the PO Contract is FEB/24/2012, this date is approximate and not exact. Schedule B: Line Item 1: 1 Each of- PN# 01-210738 PCS-200 Radar Simulator(with SPS-73 Interface) Line Item 2: 1 Each of- PN#51-210937 Enhanced Graphical User Interface (GU12) Line Item 3: 1 Each of- PN#05-410238-3 BridgeMaster-E Interface Option Line Item 4: 1 Each Job On-Site Installation and Training, to take place at USCG ERF 2401 Hawkins Point Rd. Baltimore MD. 21226, this is to include all Travel Expenses. Note: Items 1 thru 3 are required to be Delivered to: USCG ERF 2401 Hawkins Point Rd. Baltimore MD. 21226 within 8 weeks ARO SEE BELOW LINE ITEM DESCRIPTION AND SPECIFICATIONS The Following FAR Provisions apply to this Acquisition: 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: 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 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2012), 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 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 PR# 21-12-442PCZ184 Pursuant to the requirements of the Test Program for Certain Commercial Items as implemented by Federal Acquisition Regulation (FAR) Part 13.5 and Section 4202 of the Clinger-Cohen Act of 1996, this justification for other than full and open competition is supported by the following facts and rationale using the format prescribed in FAR 6.302-2. 1. Agency and contracting activity: The Department of Homeland Security, U.S. Coast Guard Command, Control and Communications Engineering Center (C3CEN). 2. Nature/description of the action being approved: The U.S. Coast Guard C3CEN Electronics Repair Facility (ERF) has a requirement, to purchase on a sole source basis, for the purchase of a PCS-200 Radar Simulator to be used in support of Centralized Depot repair within the Electronics Repair Facility. Buffalo Computer Graphics is the Original Equipment Manufacturer (OEM) and will Install, Test and Train personnel on the system integration that is part of the AN/SPS-73 Tech Refresh and Bridgemaster E Radar System. This System will also enable synchronization with established AN/SPS-73 radar systems to increase effectiveness of Depot Repair within the ERF. The Procurement Branch, C3CEN, Portsmouth, VA will award the contract. 3. Description of supplies/services: A Purchase Request will be issued for the purchase of: one (1) each, PCS-200 Radar Simulator, Part Number 01-210738; one (1) each, Enhanced Graphical User Interface (GUI2) Part Number 51-210937; one (1) Bridgemaster-E Interface option, Part Number 05-410238-3; one (1) Onsite Installation and Training ; manufactured by Buffalo Computer Graphics Incorporated, the Original Equipment Manufacturer (OEM). The requested System is to be used exclusively to provide live inputs into the AN/SPS-73 Tech Refresh, and Bridgemaster-E Radar. 4. Identification of the justification and the rationale: This statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) implemented by FAR Subpart 6.302-1, entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". 5. Demonstration that the nature of the acquisition requires use of authority cited: The PCS-200 is the only known graphic simulator found on the market that 1) interfaces with the AN/SPS-73 Radar System and the Bridgemaster E (BME) Radar System, and 2) meets all minimum quality assurance standards set by C3CEN Navigation-Sensors Core Technology Branch, CT-N2. In addition, the PCS-200 Graphics Simulator aids in technical analysis and in support of both the AN/SPS-73 and Bridgemaster E Radar Systems to ensure that both radar systems, sub-system, assemblies, sub-assemblies and associated circuit cards meets the minimum quality assurance standards set by the US Coast Guard. Any variances could adversely impact the ERF's ability to meet USCG minimum safety requirements and ensure mission performance. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable: In accordance with FAR Subpart 5.2, in an effort to solicit as many potential sources as practical, a RFQ will be posted on FEDBIZOPS, with the statement that any Offerors that feel that they can provide the Exact Items and Services as listed, are encouraged to respond to the RFQ. 7. Determination by the Contracting Officer that the anticipated cost to the government will be fair and reasonable: The Contracting Officer will determine fair and reasonableness based on previous acquisitions and Gov/USCG Cost Estimates. 8. Description of Market Research: Market research as prescribed in FAR Part 10 was conducted by the Contracting Officer's Technical Representative. The Internet was searched using the technical information required for the use of radar video simulation. The Market Research showed that Buffalo Computer Graphics could meet the minimum Technical Specifications to ensure compatibility with existing Electronic and Mechanical Circuitry and to ensure that safe operational parameters are maintained. 9. Any other facts supporting the use of other than full and open competition: The ERF has invested over $100,000.00 dollars in previously purchased PCS-100 and PCS-200 Radar Simulators. In addition, the Technical Specifications and Supplementary Data are Proprietary to the OEM, Buffalo Computer Graphics, and cannot be provided to other Manufacturers. The alternative would be to change to another system which would not be cost effective. 10. Listing of sources, if any, that expressed, in writing, an interest in the acquisition: No sources expressed an interest in this solicitation. 11. Statement of actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisitions for supplies or services required: Recommend no actions be taken at this time to overcome barriers barring full and open competition. 12. Contracting Officer's Certification: I certify that this requirement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is accurate and complete to the best of my knowledge. James A. Lassiter, Contracting Officer Date: Feb/14/2012 Anthony S. Kritsings, Technical POC Date: Feb/14/2012 LINE ITEM DESCRIPTION AND SPECIFICATIONS Item 1 Part Description 01-210738 PCS-200 Radar Simulator •Integration of our PCS-200 into a rackmount Pentium PC •Windows XP Pro operating system •SPS-73 SAOP Interface •Cable set - 20' •Integrated Enhanced Radar Effects •10/100Base-T Ethernet interface for future expansion •Custom BCG simulation software •Three (3) Landmass databases from existing BCG Library •Capability for multiple PCS-200 units to be networked for multi-ownship operation (easily expandable) •Operation and technical documentation •One (1) year return to factory warranty The PCS-200 has simulation capabilities that include: •Modeling of all radar characteristics (parameters programmable) •30 VDC Gyro Step output •200 PPM Speed Log output (contact closure) •Programmable vessels targets •Unlimited vessel classes (all parameters programmable) •Landmass capability with video shadowing effects •Sea Clutter presentation with programmable control •Mast and funnel blanking effects (programmable) •Radar controlled PRF rate via radar interface (if available at radar display) •Variable pixel resolution from 8 yards to 64 yards •Programmable weather precipitation clutter patterns •Mutual radar interference •Range attenuation effects on video •Sea Clutter simulation •Receiver noise effects •SARTs •RACONs •Custom BCG simulation software for Radar Effects Item 2 Part Description 51-210937 Enhanced Graphical User Interface •BCG's full Graphical User Interface for direct Standalone control of PCS-200 •Compatible with existing USCG simulation provided by BCG •Operation and technical documentation •One (1) year return to factory warranty Item 3 Part Description 05-410238-3 BridgeMaster-E Interface Option •Additional hardware to support the Sperry Marine BME radar interface •Additional software to support the Sperry Marine BME radar interface •Integration and testing of HW/SW into PCS-200 •20' cable set •One (1) year extended return to factory warranty Item 4 Description On-Site Support Installation and Training- on-site engineering support at USCG Baltimore for System Integration and Operator Training. This effort will take place over Two day period to be scheduled mutually between the USCG and BCG. This effort includes labor travel and expenses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/Awards/HSCG44-12-P-PC2250.html)
 
Record
SN02694339-W 20120314/120312234718-63a0e1e71ffea39c76641693d2be8ee7 (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.