Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

J -- 225' WLB Machinery Plant Control and Monitoring System (MPCMS) Upgrades - Attachment I - Schedule of Services - JOTFOC (Redacted)

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-14-R-61250
 
Archive Date
8/30/2014
 
Point of Contact
Ashley A Fetherman, Phone: 410-762-6978, Dennis S Kokoskie, Phone: 4107626097
 
E-Mail Address
ashley.a.fetherman@uscg.mil, Dennis.S.Kokoskie@uscg.mil
(ashley.a.fetherman@uscg.mil, Dennis.S.Kokoskie@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source JOTFOC (FOIA Redactions) Attachment III - SOW Attachment II - Additional Clauses/Provisions Attachment I - Schedule of Services This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603 and as supplemented with FAR Part 13.5 and the additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested, and a written solicitation will not be issued. All correspondence regarding this acquisition shall reference Request for Proposal (RFP) Number: HSCG40-14-R-61250. This solicitation and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-75 (JUN 2014). The applicable North American Industry Classification Standard Code (NAICS) is 334513, and the Small Business size standard is 500 employees. The U.S. Coast Guard Surface Forces Logistics Center (SFLC), Engineering Services Division (ESD), In-Service Vessel Sustainment (ISVS) Section, intends to award a firm, fixed price Contract for upgrading the software and hardware subsystems of the Main Plant Control and Monitoring Systems (MPCMS) currently installed on the 225' WLB Cutters. Pursuant to FAR 13.501(a)(1)(ii), it is anticipated that a non-competitive contract shall be awarded to the Original Equipment Manufacturer (OEM) of the proprietary software and hardware systems, L-3 Henschel, as a result of this synopsis/solicitation. It is the Government's belief, after thorough market research and a third party Business Case Analysis, that L-3 Henschel is the only known source with access to and ownership of the proprietary software and hardware, integrated logistics documentation, and OEM parts needed to upgrade the MPCMS to properly integrate with a proprietary data network protocol and the onboard Dynamic Positioning Systems (DPS). Concerns that have the expertise and required capabilities to provide these services in accordance with the OEM's designs and software developments are invited to submit an offer, demonstrating their capabilities in accordance with the requirements stipulated in this synopsis/solicitation. Drawings, specifications, and other technical data are proprietary to the OEM and cannot be furnished by the Government. Proposals shall be submitted electronically to: Ashley Fetherman, Contracting Officer, Email: Ashley.A.Fetherman@uscg.mil, or FedExed to: 705 E. Ordnance Road, Attn: Ashley Fetherman, Baltimore, MD 21226-5000, and must include the following information: I. PRICING: Complete Attachment I, Schedule of Services, including firm, fixed prices for all jobs II. Delivery Schedule: The Government requires delivery of all services, reports, and other deliverables to be completed within the delivery schedule in Section 5.0 of Attachment III, SOW. III. Inspection and Acceptance: Final inspection and acceptance of all services and deliverables shall take place at destination by a certifying Contracting Officer's Representative (COR). IV. The following FAR Provisions and Clauses are applicable to this solicitation: This solicitation incorporates one or more provisions and 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. The full text of a provision or clause may also be accessed electronically at the following link: http://farsite.hill.af.mil/vffara.htm FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (APR 2014), is incorporated by reference. The following addenda apply: 1)Paragraph (b) - REQUIRED TECHNICAL QUALIFICATIONS - The offeror shall be the OEM or an authorized dealer for L-3 Henschel. Authorized dealers shall submit documentation/certification as an authorized agent for the OEM as part of their proposal package. Offers submitted by other than the OEM shall include complete and current technical and engineering data (i.e. salient physical, functional, and performance characteristics) or data verifying that the required software and hardware systems and installation services have been satisfactorily provided for the Government in the past, including integration of the MPCMS with the proprietary data network protocol. This data must include sufficient information to allow the Coast Guard to evaluate the proposal and shall be submitted within 5 calendar days from the date this notice is posted. The Government does not intend to pay for any information that is submitted. 2) FAR 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data, Alternate IV (Oct 2010) (a) Submission of certified cost or pricing data is not required. (b) The offeror shall submit other than certified cost and pricing data that is sufficient to support their proposal. Such data includes: 1) a price breakdown for all labor, materials, fees, and overhead for each CLIN, 2) information on prices at which the same or similar services and supplies have been previously provided in the commercial market, 3) supplier quotes, and/or 4) published price lists/labor rates, in order to facilitate the Government's evaluation of price reasonableness. 3) Commercial Small Business Subcontracting Plan - In accordance with FAR 52.219-9, a Commercial Small Business Subcontracting Plan is required to be submitted with the Proposal. Additionally, an SF-294 and SF-295 shall be submitted annually by 30 September via eSRS, www.esrs.gov. Evaluation: FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999) will not be used to evaluate proposals. This is a sole source requirement for OEM services as defined by FAR 13.501(a)(1)(ii). Only one proposal is anticipated; therefore, a best value analysis using lowest price technically acceptable or trade-off procedures will not be used. Evaluation will consist of a review for: 1) technical acceptability against the Solicitation and SOW requirements, 2) an acceptable past performance record, and 3) fair and reasonable pricing as supported by other than certified cost and pricing data. A single award will be made as a result of this evaluation. The Government intends to award without discussions with the offeror unless the Contracting Officer later determines that discussions are necessary. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. V. Additional FAR and HSAR Clauses and Provisions are incorporated into this Solicitation as Attachment II. VI. The closing date and time for receipt of offers is 15 August 2014, 1:00pm EST. All responsible and responsive sources are invited to submit an offer which will be considered by this Agency. Companies shall provide a valid DUNS, be registered with the System for Award Management (SAM) at www.sam.gov, and shall provide the company Tax Identification Number (TIN) with their proposal, along with any requirements of FAR 52.212-1 and the addenda.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-14-R-61250/listing.html)
 
Record
SN03440814-W 20140730/140728235543-23a0677b1913981d4d8a7fb0db45cde6 (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.