Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

17 -- Emergency Locator Transmitter Testers

Notice Date
3/20/2012
 
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
HSCG38-12-Q-500024
 
Archive Date
4/17/2012
 
Point of Contact
Linda J. Stulick, Phone: (252)335-6204, Belinda T. Watkins, Phone: 2523356541
 
E-Mail Address
Linda.J.Stulick@uscg.mil, belinda.t.watkins@uscg.mil
(Linda.J.Stulick@uscg.mil, belinda.t.watkins@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities 1. Notice Type: Combined Synopsis/Solicitation 2. Posting Date: 20 March 2012 3. Classification Code: 334511 4. Contracting Office Address: Contracting Officer Address: HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD Elizabeth City, North Carolina 27909-5001 5. Title: EMERGENCY LOCATOR TRANSMITTER TESTERS (ELT's) 6. Response Date: 2April 2012 7. Primary Point of Contact: Linda J. Stulick 8. Secondary Point of Contact: Belinda Watkins DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 utilizing FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-12-Q-500024 is issued as a request for quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. The applicable North American Industry Classification Standard Code is 334511. The small business size standard is 750 employees. This combined synopsis/solicitation is issued for the acquisition of test sets in support of the Aircraft 406MHz Emergency Location Transmitters (ELT). It is anticipated that one (1) purchase order with firm-fixed pricing shall be awarded to a responsible vendor that can provide the test sets, in sufficient quantities, to support ELT. All interested vendors are encouraged to respond based on the specifications below: Specifications and Schedule of Supplies/Services with QTY required: NSN 6625-01-551-1671 P/N 455-9100 QTY 11 EACH The 406 MHz ELT Tester will be used on HC-130H, HC-130J, HC-144A, MH-60T, and all future Coast Guard aircraft equipped with 406 MHz ELT's. Detect and decode all manufacturers' current and future Cospas Sarat ELT's (15 HEX ID) across the entire 406.000 - 406.100 MHz frequency range. Display all ELT manufacturers' current and future Cospas Sarat ELT's (15 HEX ID) across the entire 406.000 - 406.100 MHz frequency range. Detect and decode all manufacturer's current and future Cospas Sarsat PLB and EPIRB (15 Hex ID) across the entire 406.000 - 406.100 MHz frequency range. Display and decode all manufacturer's current and future Cospas Sarsat PLB and EPIRB (15 Hex ID) across the entire 406.000 - 406.100 MHz frequency range. Detect and display all ELT/PLB/EPIRB manufacturers' current and future ELT 121.5 and 243 MHz frequencies. Detect and display all ELT/PLB/EPIRB manufacturers' current and future ELT latitude and longitude positions. Powered by a battery rechargeable from a 110/60 HZ outlet. Designed to be held by one hand. Ability to direct connect to the ELT's antenna output jack. Display in English. Operate in temperatures from 32 degrees F - 122 degrees F. Water and drop resistant. The supplier must have or establish a permanent presence in the United States staffed with English speaking technical support personnel. All system documentation must be available in readily understandable English language format. Alternate commercial items will be considered provided it meets/exceed the specification identified in this solicitation. Delivery on or before: 15 July 2012 Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. Earlier deliveries are desired and will be accepted. F.O.B. Destination is requested as the F.O.B. point for the Deliverables. All offers will be considered F.O.B. Destination unless F.O.B. origin is specified AND shipping costs are included. Deliver to: USCG Aviation Logistics Center 1664 Weeksville Road Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001. Packaging, packing and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Labeling shall include the appropriate national Stock number; part Number, Nomenclature, quantity, Purchase order and Line item number. Labeling data shall be attached to the outside of the shipping container. Bar coding is not required. NO DRAWINGS, OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. The following FAR provisions and clauses apply to this RFQ and are incorporated by reference: 52.252-2 Clauses Incorporated by Reference Feb 1998 This solicitation incorporates one or more 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. Also the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 52.212-2 Evaluation-Commercial Items Jan 1999 The provision at FAR 52.212-2 is not applicable to this solicitation. In lieu of this provision quotes will be evaluated in accordance with the evaluation procedures in FAR 13.106-2. Award will be made to the offeror representing the best value to the Government. Evaluation Criteria: 1. Technical Capability 2. Price Technical Capability: Technical capability will be evaluated on the ability of the offeror to provide the required items or approved alternates that satisfy all form, fit and function requirements of the original parts and conform to the approved configurations. The offeror of an alternate part must submit data that adequately demonstrates that its product meets or exceeds the requirements of the solicitation in accordance with the clause at FAR 52.246-15, Certificate of Conformance. A general statement of compliance or restatement of the requirements is insufficient. An offeror must clearly identify in writing they are providing an alternate part by annotating it on their quote. Offerors who are providing an alternate part shall include in their quote descriptive literature or description literatures such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer. Price The offeror shall provide firm fixed pricing for the requested items. Any quantity price discounts and discounts for prompt payment should be included in this section. If offeror proposes F.O.B. Origin, the quote must also include estimated shipping costs for each line item. The shipping costs will be used in evaluation of price to arrive at a total cost to the government. 52.212-3 Offeror Representations and Certifications-Commercial Items Feb 2012 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 (m) of this provision. (End of Provision) 52.212-4 Contract Terms and Conditions Commercial Items Feb 2012 Addendum: Additional Invoicing Instructions - The Contractor shall submit an original electronic invoice to: Chief, Fiscal Branch, USCG, ALC, alc-fiscal@uscg.mil. Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading (invoices with shipping charges in excess of $100 must be accompanied by a certified freight bill. 52.212-5 Contract Terms and Conditions Required to Implement Feb 2012 Statutes or Executive Orders-Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). __ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (12) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (23) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.211-14 Notice of Priority Rating for National Defense, Apr 2008 Emergency Preparedness and Energy Program Use Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.] (End of Provision) 52.246-15 Certificate of Conformance Apr 1984 52.247-34 F.O.B. Destination Nov 1991 NOTICE FOR FILING AGENCY PROTESTS. 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 shall file a formal agency protest to both the contracting officer and 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 Commandant, United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 2100 2nd St SW Stop 7112 Washington, DC 20593-7112 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202-372-3695. Closing date and time for receipt of offers is 2 April 2012 at 3:00 p.m., EST. Anticipated award date is on or about 20 April 2012. E-mail quotes and facsimile quotes are acceptable. E-mail quotes may be sent to the primary Point of Contact Linda Stulick @ linda.j.stulick@uscg.mil, 252-335-6204, or Alternate Belinda.T.Watkins@uscg.mil,252-335-6541, PLEASE indicate HSCG38-12-Q-500024 in subject line. Quotes may also be faxed to 252-334-5242, or mailed to the following address. The address for hard copy quotes should be submitted to: USCG Aviation Logistics Center Contracting Officer - HSCG38-12-Q-500024 Engineering Services Division (ESD) Elizabeth City, NC 27909-5001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-500024/listing.html)
 
Place of Performance
Address: 1664 Weeksville Road, Aviation Logistics Center, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02701135-W 20120322/120320235836-fa7f393010776a1aa95361630bb05f70 (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.