Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

58 -- Purchas eof FOG Detector Items/Parts

Notice Date
7/9/2013
 
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 (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-13-Q-PCZ721
 
Archive Date
8/1/2013
 
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 (RFQ) number HSCG44-13-Q-PCZ721. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. This procurement will be processed in accordance with FAR Parts 12 and FAR Parts 13. The North American Industry Classification System (NAICS) is 334511. The SBA size standard is 750 employees. This is NOT a Small Business Set-Aside IAW the Non-Manufacture Rule FAR 19.502(c). The items are to be "Named Brand" manufactured by Fidelity Technologies Corporation. Substitute proposed brands will NOT be considered for Award. See Justification for Other than Full and Open competition (JOTFOC) below. The USCG Command, Control and Communications Engineering Center (C3CEN) located in Portsmouth, Virginia 23703 intend to purchase from "Fidelity Technologies Corporation" that are listed below in Schedule B. Any Authorized Distributor Contractor that can provide the items as described below is encouraged to provide a Response/Quotation to this RFQ Posting. *NOTE* The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO), to the Offeror that submits the Lowest aggregate price rather than issue a (PO) to each Offeror on the basis of the lowest Quotation on each item. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these items. Request for drawings/specs will be disregarded. Items are to be new items. Used or Refurbished items are not acceptable. Substitute proposed Brands will not be considered for Award. Any Contractors that can provide the items as described are encouraged to provide a Firm Fixed Price quotation IRT Fed-Biz-Ops Solicitation. The Government intends to award a contract resulting from this solicitation to the responsible bidder quotation 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. All items are required to be shipped to USCG C3CEN EFR, 2401 Hawkins Point Road, Baltimore, MD 21226. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals by 17 July 2013 @ 7:00AM EST. Firm Fixed Price Proposals may be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Email quotes to the POC William Bossa, Contract Specialist, William.D.Bossa2@uscg.mil. Anticipated Award Date is 17 July 2013, this date is approximate and not exact. SCHEDULE B Line Item 1: Twenty Five (25) each: VM-100 Receiver Circuit card Assembly (CCA) PN: FD1002261. Line Item 2: Nine (9) each: VM-100 Analog (CCA) PN: FD1002460. Line Item 3: Three (3) each: VM-100 Interface (CCA) PN: FD1002300. Line Item 4: Ten (10) each: VM-100 power Board (CCA) PN: FD1002560. Line Item 5: Ten (10) each: VM-100 Heater Assembly PN: FD1002024. Line Item 6: One (1) each: Shipping 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. PROVISIONS / CLAUSES • The Following FAR Provisions and Clauses apply to this Acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Feb 2012) 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, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 2012) to include Alt I (Apr 2011). 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 2013) with the following addenda's. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013) 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 (Dec 2012). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. • The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (Mar 2007) FAR 52.222-35 -- Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) FAR 52.222-37 -- Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) 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 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 -- Buy American Act - Supplies (Feb 2009) FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.232-33 -- 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 (a) Prospective contractors shall complete electronic annual representations and certifications at ORCA accessed via https://www.acquisition.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 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, on a sole source basis, for the purchase of electronic repair and replacement parts to be used in centralized depot repair of U.S. Coast Guard Aids to Navigation (AtoN) Equipment, specifically the VM-100 Fog Detector Assembly. 3. Description of supplies/services: Twenty five (25) each VM-100 Receiver Circuit Card Assembly (CCA) PN: FD1002661, nine (09) each VM-100 Analog CCA PN: FD1002460, three (03) each VM-100 Interface CCA PN: FD1002300, ten (10) each VM-100 Power Board CCA PN: FD1002560, ten (10) each VM-100 Heater Assembly PN: FD1002024; manufactured by Fidelity Technologies Corporation, the original equipment manufacturer (OEM). The parts requested are exact replacements to be used in the repair of the VM-100 Fog Detector Assembly. Dollar estimated $7,500.00. 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 OEM specifications for these items are proprietary commercial property. The Coast Guard did not purchase this information when VM-100 Fog Detector Assemblies were originally purchased. Fidelity Technologies Corporation originally manufactured the Detector Assembly contained on the VM-100 Fog Detector Assembly. Adequate item information, documentation, and specifications are not available to develop an appropriate purchase description for full and open competition. Fidelity Technologies Corporation is the only known provider meeting system requirements for form, fit, function, configuration, records, and integration with the VM-100 Fog Detector Assemblies. Any variances could cause catastrophic negative impact on the reliability of sound and visual signals essential to safe navigation of U.S. waterways. 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, will be posted on FEDBIZOP with the statement that, Any Authorized Distributor Contractor for Fidelity Technologies Corporation that can provide the items as described is encouraged to provide a Response/Quotation to this RFQ Posting. 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 competition on FEDBIZOPS. 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 part numbers and item names for a list of manufacturers/vendors that could provide VM-100 Receiver Circuit Card Assembly (CCA) PN: FD1002661, VM-100 Analog CCA PN: FD1002460, VM-100 Interface CCA PN: FD1002300, VM-100 Power Board CCA PN: FD1002560, VM-100 Heater Assembly PN: FD1002024; several companies were contacted and no one could meet the OEM specification. The market research showed that only Fidelity Technologies Corporation could provide replacement parts that 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 material technical specifications and supplementary data are proprietary to the OEM and cannot be provided to other manufacturers, which eliminates any opportunities for full and open competition. The U.S. Coast Guard is required by law to maintain a failsafe system in the execution and control of visual and audio aids to navigation. Without such systems, maintained by these specific parts, there would be a negative impact on the reliability of sound and visual signals essential to safe navigation of U.S. waterways. 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 ___________________________ ___________ Anthony S. Kritsings, Technical POC Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PCZ721/listing.html)
 
Record
SN03111066-W 20130711/130709235156-30c75077bbed64c85702a07a24336345 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.