Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2006 FBO #1852
SOLICITATION NOTICE

70 -- Think and Do Software Live

Notice Date
12/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA, 23703-2199, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HsCG44-07-Q-08DGPS005
 
Response Due
1/18/2007
 
Archive Date
2/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; Proposals are being requested and a written solicitation will NOT be issued. This solicitation is issued as a Request for Quote (RFQ) number HSCG44-07-Q-08DGPS005. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15. This acquisition is a 100% set-aside for small business. The North American Industry Classification System (NAICS) is 334419 (Other electronic Component Manufacturing). The SBA size standard is 500 people. It is the government?s belief that only the following specific equipment will meet current needs in it form, fit and function of all its components. IAW FAR 6.302-1(iii) The USCG intends to purchase on a non-competitive basis with Automation Direct of Cumming, GA for fifteen software licenses for Think and Do Software Live: 15 Think and Do Live Software Licenses, version 5.5. This software incorporates the Remote Transmitter Control Interface Change (RTCI). The RTCI Software version 1.0.0 was developed internally using the Think and Do Software, version 5.5. The software is designed to provide remote user (NAVCEN Operators) interface with the MSK-5SS Transmitters located at the 19 DGPS V3 Sites throughout the country. The software will include flowchart logic, HMI creator, reusable sub charts, integrated serial communication, integrated motion control, OPC Client and Server, Modbus TCP & Modbus RTU Support, PID process control (64 loops), powerful debugging tools, offline logic testing , common database for HMI, logic and motion, productivity analysis tools, WinPLC support, and supports Windows NT, 2000, and XP. The FOB Destination delivery is to: US Coast Guard Command and Control Engineering Center (C2CEN) 4000 Coast Guard Blvd Portsmouth, VA 23703, on or before: 4 weeks ARO. The provisions at 52.212-1 instructions to Offers-Commercial, 52.121-3 Offeror Representations and Certifications ? Commercial Items and 52.212-4 Contract Terms and Conditions-Commercial Items apply to this acquisition. Clauses 52.212-5 Contract Terms and conditions required to implement Statues or Executive Orders-Commercial items, applies to this acquisition and a statement regarding which, if any of the additional FAR clauses cited in the clause are applicable to the acquisition, including the following FAR clauses incorporated by reference: 52.225-3 Items (Jan 2005)(1). The government intends to award a contract resulting from this solicitation to the responsible bidder quote conforming to the solicitation which will be most advantageous to the Government, price and other factors considered. The following factors may be used to evaluate offers: price and other factors, e. g. technical, past performance and quality. The procurement is being conducted under simplified acquisition procedures FAR part 13. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc. but must include the following information: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Terms of any express warranty; (5) Unit price, availability, estimated delivery date and any discount terms; (6) "Remit to" address, if different than mailing address; (7) Company Tax Information Number and DUNS Number. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Questions may be directed to Donna Urban, telephone (757) 686-2149, Donna.Urban@USCG.Mil or Carrie Houck (757) 686-4215, Carrie.F.Houck@USCG.Mil or may be fax to Donna Urban at (757) 686-4018, or mailed to the Contracting Officer, USCG, C2CEN 4000 Coast Guard Blvd. Portsmouth, VA 23703. Quotes are due 18 January at 1:00pm (EST) and maybe submitted either by fax (757)686-4018 or emailed to Donna.Urban@uscg.mil . Telephone requests will NOT BE accepted. Note 1 & 22 applies. Sole Source Justification For Think and Do Software for the DPGS RTCI System Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information: (1). Identification of the agency and the contracting activity, and specific identification of the document as a ?Justification for other than full and open competition.? Command and Control Engineering Center (C2CEN). (2). Nature and/or description of the action being approved. Purchase of 15 Licenses from Automation Direct for usage of Think and Do Software version 5.5 at the DGPS V3 sites incorporating the Remote Transmitter Control Interface Change (RTCI). (3). A description of the supplies or services required to meet the agency?s needs (including the estimated value). The RTCI Software version 1.0.0 was developed internally using the Think and Do Software, version 5.5. The software is designed to provide remote user (NAVCEN Operators) interface with the MSK-5SS Transmitters located at the 19 DGPS V3 Sites throughout the country. It took a year-and-a-half of several man-hours to develop and test this software. In addition to this development and testing, the software was installed on development equipment and three DGPS sites at Greensboro, N.C.; Macon, Ga.; and Billings, Mt. To use alternate software, at this phase of the project, would incur significant additional man-hour costs to the project. New software would require redevelopment, testing, and re-installation of the change into the field. These additional efforts would double the cost to the project, with no significant savings or improvements in the systems performance realized. Four Licenses have already been purchased. The cost to purchase the remaining 15 Licenses required for all of the remaining DGPS V3 Sites is $28,425.00 (4) An identification of the statutory authority permitting other that full and open competition. 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. (a) Authority. 2) When the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. (ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in? (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency?s requirements. (See 10 U.S.C. 2304(d)(1)(B) or 41 U.S.C. 253 (d)(1)(B).) (5). A demonstration that the proposed contractor?s unique qualifications or the nature of the acquisition requires use of the authority cited. It took a several people a year-and-a-half to develop, test, and field the existing software. All of this effort would be wasted by using alternate software. The existing RTCI Software, version 1.0.0, was developed using the Think and Do, version 5.5 Software. This software is peculiar to Automation Direct and using similar software would not work with the RTCI Software developed for the government. Additional development, testing, and replacement of existing Software in the field would have to be accomplished. This effort would double the cost of the project and would delay it by another year. (6). A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and , if not, which exception under 5.202 applies. Market research has not provided any vendors that produce this software other than Automation Direct. Other Software tested did not produce the satisfactory results. (7). A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. Preliminary Licenses for the Think and Do Software, version 5.5, was purchased in May 2002. The costs for these Licenses are the same now as they were during the time of the initial purchase. (8). A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. No, results from internet searches have not provided any other vendors or distributors that produce or resale this software. It is proprietary to Automation Direct. (9). Any other facts supporting the use of other than full and open competition, such as: (i). Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. Not applicable. (ii). When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1 (a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. This would double the cost of the project and delay the field deployment by 1 year. (iii). When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government. Same as above. (10). A listing of the sources , if any, that expressed, in writing, an interest in the acquisition. None. (11). A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. Will reevaluate the software at the end of it?s life cycle.
 
Place of Performance
Address: US Coast Guard Command and Control Engineering Center (C2CEN) 4000 Coast Guard Blvd Portsmouth, VA 23703
Zip Code: 23703
Country: UNITED STATES
 
Record
SN01200221-W 20061222/061220220351 (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.