SOLICITATION NOTICE
58 -- Purchase of Radio Components
- Notice Date
- 1/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment 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, United States
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-10-Q-312001
- Archive Date
- 2/5/2010
- Point of Contact
- James A Lassiter, Phone: (757)686-2149, Carrie Houck,
- 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
- Total Small Business
- 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 HSCG44-10-Q-312001.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 334290. The SBA size standard in Employees is 750. This is A 100% TOTAL Small Business Set-Aside. The USCG Command and Control Engineering Center (C2CEN) Ports. Va. 23703 intends to issue a Purchase Order Contract for the purchase of the following 3 Items. Item 1-6 each Desk Enclosure Zetron PN#815-9172; Item 2 -8 each Channel Check Instant Recall Zetron PN# 930-0052; Item 3-6 each Foot Switch Zetron PN# 950-9102. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these material/items than that information listed below. Request for drawings/specs will be disregarded. Due to the compatibility of existing USCG Radio Components it is required that the Items are to be Zetron Brand Items. See Justification Info below for Brand Specific details. Required Delivery Date is within 30 days ARO. The government intends to award a Purchase Order 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 Quotations may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Jan/21/2010 @ 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 This is A 100% TOTAL Small Business Set-Aside *PLEASE NOTE* Offerors are to provide Firm Fixed Prices and Delivery Information,by Jan/21/2010 @ 8:00am EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination, Destination is preferred. If proposing FOB Origin provide Shipping cost as a separate Line Item. *Required Delivery Date is within 30 days ARO The anticipated Award Date for the PO Contract is Jan/22/2010, this date is approximate and not exact. This is A 100% TOTAL Small Business Set-Aside The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR The Following FAR Clauses apply to this Acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003) The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification,price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions –Commercial Items (MAR 2009) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer – CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders –Commercial Items (DEC 2009), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Justification for Other Than Full and Open Competition Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by FAR Subpart 6.3, HSAR 3006.3, HSAM 3006.3, CGAP 1206.3, and in accordance with (IAW) requirements of FAR 6.303-1, the justification for the use of the statutory authority under FAR Subpart 6.302-1 is justified by the following facts and rationale required under FAR 6.303-2 as follows: 1) Agency and Contracting Activity: The US Coast Guard, Command and Control Engineering Center (C2CEN), proposes to purchase equipment on a basis other than full and open competition. 2) Nature and/or description of the action being approved: Procurement of brand specific and model specific radio VHF receivers and associated equipment for installation at a Vessel Traffic Service New Orleans during the Sector New Orleans relocation project. 3)Description-of-Supplies: The proposed acquisition consists of the following: Item 1-6 each Desk Enclosure Zetron PN#815-9172 Item 2 -8 each Channel Check Instant Recall Zetron PN# 930-0052 Item 3-6 each Foot Switch Zetron PN# 950-9102 4) Identification of the Statutory Authority Permitting Other Than Full and Open Competition: The statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled “Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.” Section (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— (AA) Substantial duplication of cost to the Government that is not expected to be recovered through competition…” is directly applicable. 5) Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited: Congress has directed the Coast Guard to actively manage commercial vessel traffic in particular ports. RADIO communication is a required and critical function of commercial vessel traffic management. The RADIO system needs to be powerful enough to receive and transmit in the vessel traffic area and be configurable to transceive on all the channels assigned to the area without interfering with non-assigned channels. The Coast Guard tasked C2CEN with providing the equipment and systems necessary to achieve the required vessel traffic management. It was determined that deploying the same RADIO system in the ports would minimize support costs, operator training costs, maintenance costs, depot sparing costs, and technician training costs. The selected RADIO system was also required to be compatible with the infrastructure at the ports and meet all the Coast Guard configuration and security requirements. The Zetron system was selected and has already been deployed in most Vessel Traffic ports. Systems acquired from Zetron are configured in accordance with Zetron build number 178103. For compatibility, all systems should be configured in accordance with build number 178103. The New Orleans site is moving from its existing location to a new location. The RADIO system at the current site is due to be replaced with the Zetron system. This acquisition shall acquire the Zetron system which has been manufacturer configured to build number 178103. The system shall be installed at the new site. Once installed and tested, the RADIO at the existing site shall be deprecated. 6) Description of Efforts Made to Ensure Offers are Solicited From as Many Potential Sources as Practicable: Zetron communication controller parts are available from several sources of supply. The alternate sources may not supply all the items necessary to be properly configured. This procurement will be advertised on FED BIZ OPS. 7) Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Fairness of price is based on past purchases of similar equipment, price comparison with other vendors and with similar products. 8) Description of Market Research: This equipment will be replaced only when it is no longer available, does not meet new VTS requirements, or cost increases substantially. Until then, market research is limited to the cost associated with acquiring the system and its components. 9) Any Other Facts Supporting the Use of Other Than Full and Open Competition: Reengineering the Vessel Traffic System to include new communication controllers would involve considerable rework and expense: the purchase of spares for the depot, and retraining of maintenance personnel would cost >$150,000.00. Deploying a new system in all the affected ports would require technical research into alternative systems, site visits to determine local site configuration problems and site visits to install the new equipment. At each site, the operators and support technicians would need to be trained on the new equipment before installation. 10) A Listing of the Sources, if Any, That Expressed, in Writing, An Interest in the Acquisition: No other interest has been expressed, 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 Supplies or Services Required: Establishment of a different VHF audio comms control, and built-in-test standard would allow direct replacement with another vendor’s radio, however it would incur significant additional development and training costs. 12) This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is determined to be fair and reasonable. James A. Lassiter, signature, date:_________________________ ContractingOfficer I certify this procurement meets the Government’s minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. LT:ToddPorter, signature, date: _________________________ Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-Q-312001/listing.html)
- Record
- SN02041943-W 20100115/100113235540-aaa4206526ee4bcbde126060a1783a95 (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 |