Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

58 -- Purchase of Radar Equipment

Notice Date
7/30/2009
 
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
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-09-Q-9TED962
 
Archive Date
8/19/2009
 
Point of Contact
James A Lassiter, Phone: (757)686-2149, Carrie F. Houck, Phone: 757-686-4215
 
E-Mail Address
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
(james.a.lassiter@uscg.mil, Carrie.F.Houck@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 Subart 12.6 as supplemented with additional information included 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 number RFQ HSCG44-09-Q-9TED962.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 334511. The SBA size standard in Employee Size is 750. This is Not a Small Business Set-Aside, due to this acquisition being a Sole Source Procurement it is not anticipated that there will be 2 or more qualified Small Business Concerns to provide pricing foe this requirement. The USCG Command and Control Engineering Center (C2CEN) Ports. Va. 23703 intends to purchase on a non-competitive basis with TRANSAS USA INC. for the purchase of 6 each TRANSAS Radar Integrator Board Units PN#TR-N-HW0-01 RIB-2. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these material/items. Request for drawings/specs will be disregarded. The proposed contract action resulting from this synopsis/solicitation for commercial supplies is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons/parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 4 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes. The contractor for this proposed Sole Source contract is: TRANSAS USA INC.Cage Code 1K9D6. This is an Sole Source Procurement. See attached J&A Document below. 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. FIRM FIXED Price Proposals may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery of Subscription, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is AUG/04/2009 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailed to the primary POC James A. Lassiter Contracting Officer James.A.Lassiter@uscg.mil 2nd POC Ms. Carrie Houck Contracting Officer, USCG Carrie.F.Houck@uscg.mil *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by AUG/04/2009 @ 8:00am EST. The anticipated Award Date for the Contract is AUG/05/2009, this date is approximate and not exact. THESE ITEMS ARE BRAND SPECIFIC, THEY MUST BE TRANSAS ITEMS. THEY MAY BE PROVIDED BY ANOTHER VENDOR BESIDES TRANSAS USA, BUT THEY MUST BE TRANSAS ITEMS. Justification for Other Than Full and Open Competition. (a) 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." USCG Command & Control Eng. Center Portsmouth VA. 4000 Coast Guard Blvd. 23703 (C2CEN) (2)Nature and/or description of the action being approved. Purchase of Special Radar Equipment. (3)A description of the supplies or services required to meet the agency's needs (including the estimated value). These Radar Integrator Boards are required as spares to support the 1SG38-NS3000-I-CG systems installed on all WPB-87 ft Cutters 73 each; PATFORSWA WPB-110 Cutters 6 each; and C2CEN Enginerring Baseline Systems 2 each. (4)An identification of the statutory authority permitting other than full and open competition. FAR 6.302-1(a)(2) These Items Radar Integrator Board PN# TR-N-HW0-01 are only available from the OEM; TRANSAS USA. No other Radar Integrator Board is compatible with the 1SG38-NS3000-I-CG System. (5)A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. TRANSAS USA is the OEM of these Units and they own proprietary data for these Items. The Transas Hardware is required as it has been tested and conforms to the following International Electromechanical Commission Standards: IEC IEC 61174 Ed 2.0 Performance Testing IEC 60945 Ed 4.0 Environmental Testing IEC 61162 Ed 2.0 Serial Interface Testing (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. This requirement is posted on Fed-Biz-Ops. (7)A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. As compared to the Warranty cost associated with the original order, it is anticipated the purchase cost will be Fair & Reasonable. (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. Requirement will be posted on Fed-Biz-Ops with statement that any vendors/contractors that would make an offer would be considered by the Federal Government. (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. (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. Estimation of: $10,000,000.00 Total $125,000.00 per CG Cutter/$25,000.00 per Cutter Labor/ Misc Cost to implement a New System $850-875K for all 73 Cutters utilizing that system. (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. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None at this time (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. None at this time. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. (b) Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. LT.MARTIN James A. Lassiter Technical (signature)Contracting Officer (signature)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-09-Q-9TED962/listing.html)
 
Record
SN01894224-W 20090801/090731001920-614f002574d2f1c083cda549b9a8ee11 (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.