Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

16 -- Purchase of Receiver Transmitters - Requirements Schedule - HSCG38-14-Q-300059 - Package #2

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-14-Q-300059
 
Archive Date
8/15/2014
 
Point of Contact
Catrina M McDonald, Phone: 252-335-6962, Belinda T. Watkins, Phone: 2523356541
 
E-Mail Address
Catrina.M.McDonald@uscg.mil, belinda.t.watkins@uscg.mil
(Catrina.M.McDonald@uscg.mil, belinda.t.watkins@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation / Terms & Conditions -HSCG38-14-Q-300059 Requirements Schedule - HSCG38-14-Q-300059 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 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 HSCG38-14-Q-300059 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-FAC 75 The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1000 employees. This requirement will be satisfied using commercial acquisition procedures specified in FAR Part 12 in conjunction with the test program for certain commercial items specified in FAR Part 13.5. This is an unrestricted solicitation. All responsible sources may submit a quotation which shall be considered by the agency. The US Coast Guard intends to solicit and award one Purchase Order to The Original Equipment Manufacturer (OEM), Raytheon for the purchase of two (2) Receiver Transmitters, NSN 5826-01-483-3248, P/N 902449-801. Components specified for repair are shown below: SCHEDULE OF SUPPLIES/SERVICES See attached documents entitled "Terms and Conditions - HSCG38-14-Q-300059", "Requirements Schedule - HSCG38-14-Q-300059", for applicable clauses and schedule. DESCRIPTION OF REQUIREMENT: The Government is soliciting a fixed price Purchase Order for the purchase of two (2) Receiver Transmitters, NSN 5826-01-483-3248, P/N 902449-801. The Government will award one Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. A complete detailed Contract Line Item Number (CLIN) structure is provided as Requirements Schedule- HSCG38-14-Q-300059. The contractor may use this document for their price quote. INSPECTION AND ACCEPTANCE Inspection shall be performed by ALC Receiving. Acceptance shall be performed by ALC Receiving. FREE ON BOARD (F.O.B) POINT Delivery terms shall be F.O.B Destination from the contractor facility to the USCG ALC, Elizabeth City, NC under routine conditions. Changes to these terms will be provided by written modification signed by the Contracting Officer. DELIVERY: Required delivery is 6 months after receipt of order. Partial deliveries and earlier deliveries are acceptable at no additional cost to the Government. SHIPPING: All components shall be delivered to: USCG Aviation Logistics Center Receiving Section Bldg 63 1664 Weeksville Rd. Elizabeth City, NC 27909 Closing date/time for submission of quotes is 7/31/2014 by 4:00pm, EST. Anticipated award date is on or about 8/29/2014. Email questions are preferred and can be submitted to Catrina.M.McDonald@uscg.mil. HSCG38-14-Q-300059 must be referenced in the subject line of any question submitted. Quotes may also be mailed to the following address: USCG Aviation Logistics Center 1060 Consolidated Road LRS Product Line Division Attn: Catrina McDonald, HSCG38-14-Q-300059 Elizabeth City, NC 27909 Primary POC: Catrina.M.McDonald@uscg.mil Ombudsman Notice NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program 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 Government 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard 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 may file a formal agency protest to either the Contracting Officer or as an alternative to that, 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(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. 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 electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed. The Ombudsman Hotline telephone number is 202.372.3695. Terms and Conditions HSCG38-14-Q-300059 Solicitation Provisions FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html. FAR 52.204-7 System for Award Management (Jul 2013) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2014) X Alternate I of 52.212-3 (May 2014) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-1 Instructions to Offerors-Commercial Items (April 2014) Addendum to FAR 52.212-1 Instructions to Offerors-Commercial Items (April 2014): 1. Quotes shall indicate the Free on Board (F.o.b) Destination; 2. The contractor shall provide pricing as requested in the Requirements Schedule - HSCG38-14-Q-300059. Any quantity price discounts and discounts for prompt payment should be included in this section. 3. The contractor shall state what their standard warranty includes or provide a copy of the warranty. (End of Provision) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) The provision at FAR 52.212-2 Evaluation of Commercial Items is not applicable to this solicitation. Due to the sole source nature of this requirement the basis of award rests with the determination of fair and reasonable pricing, and a positive determination of responsibility. Although it is anticipated that award can be made without discussions, the Government reserves the right to hold discussions should it be deemed necessary by the Contracting Officer. (End of Provision) FAR 52.233-2 Service of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Nancy F. Deberry, Nancy.DeBerry@uscg.mil. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Contract Clauses FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract 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 a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html. FAR 52.204-13 System for Award Management Maintenance. (Jul 2013) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2014) FAR 52.232-40 Providing Accelerated Payments to Small Business (Dec 2013) Subcontractors FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.242-13 Bankruptcy (Jul 1995) FAR 52.245-1 Government Property (Apr 2012) FAR 52.246-4 Inspection of Services-Fixed Price (Aug 1996) FAR 52.247-34 F.o.b. Destination (Nov 1991) FAR 52.246-4 Inspection of Services-Fixed Price (Aug 1996) FAR 52.246-15 Certificate of Conformance (Apr 1984) FAR 52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Sept 2013)(DHS - USCG DEVIATION 14-01) a) This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the enhancement of whistleblower protections for Contractor employees established at 10 U.S.C. 2409 by section 827 of the NDAA for FY2013 (Pub. L. 112-239) and FAR 3.908. (b) The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 10 U.S.C. 2409, as described in section 3.908 of the FAR. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts over the simplified acquisition threshold. (End of clause) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause) HSAR Clauses HSAR 3052.212-70 CONTRACT TERMS AND CONDITIONS APPLICABLE TO DHS ACQUISITION OF COMMERCIAL ITEMS (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference Provision. None Clauses _x__3052.247-72 F.o.B. Destination Only (Dec 2003). FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2014) (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: [Contracting Officer check as appropriate.] 1 (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 1 (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 1 (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 1 (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 1 (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 1 (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 1 (52) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-14-Q-300059/listing.html)
 
Place of Performance
Address: 1060 Consolidated Rd, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN03429660-W 20140719/140718000249-387d35fb3e5d796f61fb84be42a1961c (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.