Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
DOCUMENT

59 -- Very High Frequency (VHF) Digital Selective Calling (DSC) Class A Radios - ATTACHMENTS TO HSCG23-08-R-TE4019

Notice Date
8/18/2008
 
Notice Type
ATTACHMENTS TO HSCG23-08-R-TE4019
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-08-R-TE4019
 
Archive Date
9/13/2008
 
Point of Contact
Alexis J Bernstein,, Phone: 202-475-3125, Patricia S Williams,, Phone: 202-475-3270
 
E-Mail Address
alexis.j.bernstein@uscg.mil, patricia.s.williams@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included with this notice. This procurement is made in accordance with the procedures in FAR Part 12, FAR Part 15, and FAR Part 16.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG23-08-R-TE4019 and it is being issued as a Request for Proposals (RFP) under NAICS Code 334220 on a competitive basis. The solicitation document, and the incorporated provisions and clauses, are those still in effect through Federal Acquisition Circular 2005-25. The U.S. Coast Guard (USCG) will award a single Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract for Very High Frequency (VHF) Digital Selective Calling (DSC) Class A Radios. The period of performance shall be from date of award through twelve (12) months thereafter, with four one-year option periods, and the radios will be ordered through task orders containing Firm-Fixed Price (FFP) contract line items (CLINS). The contractor shall be required to provide radios in accordance with the Performance Specification for VHF DSC Class A Radios as specified in Attachment 1 to solicitation HSCG23-08-R-TE4019. Inspection shall be in accordance with FAR 52.212-4(a). Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall read and follow the directions given in provision 52.212-1, particularly in the submission of past performance information pursuant to 52.212-1(b)(10). In accordance with FAR 52.212-2, and the selection factors listed below as an addendum to FAR 52.212-2, the Government will award a single contract to the responsible offeror whose offer, conforming to the solicitation requirements, is most advantageous and offers the best value to the USCG. The USCG will evaluate offers based on the following factors which are an addendum to FAR 52.212-2: Technical Capacity (proposed radios must meet all specifications listed in Attachment I); Proposed Warranty; Delivery Schedule; Past Performance; and Price. Selection for award will be made using the tradeoff continuum in accordance with FAR Subpart 15.3. The trade off analysis will be made using proposal information provided for the five evaluation criteria listed above. In the trade off analysis the importance of all non-price evaluation factors above are in descending order of importance and, when combined, are significantly more important than price. Offeror proposals shall have two separate sections: Section 1 will include the response to Technical Capacity, Proposed Warranty, Delivery Schedule, and Past Performance and Section 2 will contain the proposed price information. Offerors shall indicate whether their proposed radio meets or does not meet the requirements in Attachment I and shall provide a narrative for each requirement describing how their proposed radio meets the requirement. Total contract price will be evaluated for reasonableness in accordance with FAR 15.404-(1)(b). Evaluation of the option periods shall not obligate the Government to exercise the options. Offerors are required to submit at least 3 Relevant Past Performance references. The USCG reserves the right to utilize past performance information in conducting the evaluation other than the information submitted with the quotations received. Current, accurate, and complete information MUST be provided to contact each reference. This should include contract number, point of contact, phone number, and email address for each contact. 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. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification – Commercial Items Alt I, with their proposal, or reference their current certification in the Online Representation and Certifications Application (ORCA) system. Clause 52.212-4, Contract Terms and Conditions – Commercial Items is incorporated by reference into the solicitation. The following clauses are incorporated by reference as an addenda to 52.212-4: 52.216-18, Ordering, insert “date of contract award through contract expiration”; 52.216-19, Order Limitations, insert “25 radios” in the blank space under minimum order; insert “25 radios,” “250 radios,” “30 days,” and “7 days,” in the blank spaces under maximum order; 52.216-22, Indefinite Quantity, insert “120 days after contract expiration”; 52.217-6, Option for Increased Quantity; and 52.217-9, Option to Extend the Term of the Contract, insert “60 days after contract expiration” in the clause’s first sentence. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, is incorporated by reference into this solicitation. In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 16-22 and 36. Department of Homeland Security (DHS) Clauses 3052.209-72, Organizational Conflict Of Interest; 3052.242-72, Contracting Officer's Technical Representative; 3052.204-71, Contractor Employee Access; and 3052.209-70, Prohibition On Contracts With Corporate Expatriates are applicable to this solicitation and resulting contract and are incorporated by reference. Offerors shall provide a quote for the Firm Fixed Price CLINs providing a price per radio and a total price for the maximum number of offerings listed for each CLIN as follows: Base Period: CLIN00001: (FFP) VHF DSC Class A Radio in accordance with the attached specification. Contractor shall provide a minimum of 25 radios and a maximum of 150 radios per year. Option Period 1: CLIN10001: (FFP) VHF DSC Class A Radio in accordance with the attached specification. Contractor shall provide a minimum of 0 radios and a maximum of 250 radios per year. Option Period 2: CLIN20001: (FFP) VHF DSC Class A Radio in accordance with the attached specification. Contractor shall provide a minimum of 0 radios and a maximum of 250 radios per year. Option Period 3: CLIN30001: (FFP) VHF DSC Class A Radio in accordance with the attached specification. Contractor shall provide a minimum of 0 radios and a maximum of 200 radios per year. Option Period 4: CLIN40001: (FFP) VHF DSC Class A Radio in accordance with the attached specification. Contractor shall provide a minimum of 0 radios and a maximum of 200 radios per year. Proposals are due no later than 2:00 p.m. on August 29, 2008. If your offer is being submitted by REGULAR mail, use the following address: Commandant (CG-9124C/AJB), USCG Headquarters, 2100 Second Street, S.W., Washington, D.C. 20593, Attn: Ms. Alexis Bernstein. If you are submitting your offer via EXPRESS MAIL or COURIER, use the following address: Commandant (CG-9124C/AJB), USCG Headquarters, 1900 Half Street, S.W., Washington, D.C. 20024, Suite 1100, Attn: Ms. Alexis Bernstein. It is each offeror’s responsibility to ensure the offer is received (in total) by the Contract Specialist prior to the deadline. Should offerors have questions, submit questions to the Contract Specialist, Ms. Alexis Bernstein, at Alexis.J.Bernstein@uscg.mil no later than 5:00 p.m. EST on August 22, 2008 and all questions and answers will be posted to this site for the information of others. It is the policy of the USCG to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman, who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a USCG solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. The contracting officer for this procurement is Ms. Patricia Williams, who can be reached via email at Patricia.S.Williams@uscg.mil. If he contracting officer is unable to satisfy the concerns, the offeror should then contact the CG Solicitation Ombudsman at the following address: Commandant (G-CG-85-S/3), 2100 Second Street, S.W., Washington, D.C. 20593, Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting officer, and the solicitation closing date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1be6357f62df31d83cfe8bb73fe5c852&tab=core&_cview=1)
 
Document(s)
ATTACHMENTS TO HSCG23-08-R-TE4019
 
File Name: Attachment I - Specifications for VHF DSC Class A Radio (ATTACHMENT I.doc)
Link: https://www.fbo.gov//utils/view?id=b57e0bc7eba4694da578885d748761b3
Bytes: 69.00 Kb
 
File Name: Attachment II - FAR Clauses (ATTACHMENT II.doc)
Link: https://www.fbo.gov//utils/view?id=ab09457e428ff6904df535b3514ad836
Bytes: 161.00 Kb
 
File Name: Attachment III - FAR Clause Addenda (ATTACHMENT III.doc)
Link: https://www.fbo.gov//utils/view?id=25259cd3ae24fac71983e7e69822514d
Bytes: 54.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01643900-W 20080820/080818222028-1be6357f62df31d83cfe8bb73fe5c852 (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.