Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
SOLICITATION NOTICE

59 -- Purchase of Radar Items

Notice Date
3/11/2010
 
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, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-10-Q-440PC2202
 
Archive Date
4/2/2010
 
Point of Contact
James A Lassiter, Phone: (757)686-2149, Cheryl Ellis, Phone: 757-686-4201
 
E-Mail Address
james.a.lassiter@uscg.mil, cheryl.r.ellis@uscg.mil
(james.a.lassiter@uscg.mil, cheryl.r.ellis@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 HSCG44-10-Q-440PC2202.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. The US Coast Guard Command and Control Engineering Center C2CEN intends to award a Firm Fixed Price (FFP) Purchase Order Contract using Simplified Acquisition Procedures IAW FAR Subpart 13.5 Test Program for Certain Commercial Items. For the purchase of the Items as listed in the Schedule B table below. These Items/Parts are to be New. Used Items/Parts are not acceptable. This procurement will be processed in accordance with FAR Part 12 and 13.5. The North American Industry Classification System (NAICS) is 334511. The SBA size standard in Employees 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 for this requirement.. The USCG Command and Control Engineering Center (C2CEN) Ports. Va. 23703 intends to purchase on a non-competitive basis with Primagraphics LTD. for the purchase of the Items listed below. 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: Section 4202 of the Clinger-Cohen Act of 1996. Section 4202, Application of Simplified Procedures to Certain Commercial Items. Authorizes the establishment in the FAR of simplified procedures for acquisitions within a certain dollar range (not to exceed $5,000,000) when the contracting officer reasonably expects that offers will include only commercial items. Also this following Authority is applicable to this acquisition: FAR 6.302-1(a)(2) 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. 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 5 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: Primagraphics LTD. Cage Code KCL73 Doing Business As Curtiss-Wright Controls. A current CCR Data Search was conducted on Mar/11/2010, at that time the Contractor is current and active in CCR. This is Considered to be a Sole Source Acquisition. See attached Sole Source Statement/Information 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. Schedule B- Item Part/Desc & Number QTY 1 OSIRUS RADAR INTERFACE CARD 17 ea SPCI-C616-0-000 2 OSIRUS BREAKOUT CABLE 17 ea CBL-C617-0-0501 Optional Items 3 OSIRUS RADAR INTERFACE CARD 14 ea SPCI-C616-0-000 4 OSIRUS BREAKOUT CABLE 14 ea CBL-C617-0-0501 PLEASE NOTE: PO Contract Award will be made for the Items 1 & 2 only. Shipping Terms of FOB Destination are preferred. If any offeror is quoting FOB Origin please give Shipping Cost as a separate Line Item. 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/Quotations may be submitted on company letterhead stationary and must include the following information: Cage Code Number/DUNS Number, 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 Mar/18/2010 @ 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 2nd POC Ms. Cheryl Ellis (757)686-4201 *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by Mar/18/2010 @ 8:00am EST. The Anticipated Award Date for the Purchase Order Contract is Mar/19/2010, this date is approximate and not exact. Shipping / Delivery Requirement: Unless otherwise specified in the awarded PO Contract all Items/Materials will be required to be directly delivered/shipped to the USCG C2CEN 4000 Coast Guard Blvd. Portsmouth Va. 23703 Delivery Schedule: Items 1 & 2 shall be delivered to the address above within: 60-90 Days ARO. Items 3 & 4 (Optional Items) shall be delivered within 90-120 days of Notice to the Contractor of Excercising the Option to Increase Quantities for additional quantities, this may take place during the Base Period if there is a requirement for those additional items and Funds are available. If the Option Period (a 1 year period) is Exercised to Extend the Term of the Contract, the Contractor will be required to provide those Items 3 & 4 within 120 days of notification of the need for those Items. Shipping Terms of FOB Destination are preferred(shipping cost are included in purchase cost) If any offeror is quoting FOB Origin please quote Shipping Cost as a separate Line Item. 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, Central Contractors Registration 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 The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder 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 FAR 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) FAR 52.217-7 Option to Increase Quantity-Separately Priced Line Item(Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days prior to Expiration of base contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 (years) from award date.. (End of clause) This following clause 52.232-18 applies to the Optional Items, Line Items 3 and 4 of the Option Period. FAR 52.232-18 Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) The Government is not bound nor required to Exercise any Option of this Contract. Please Note: It is not anticipated that the Government will Exercise the Option for additional Units or to extend the period of this contract at time of contract award. The Base Contract Period is for 12 months after award date. The contract award amount will be for Line Items 1 & 2 of Schedule B above.. During the Base Period of 12 months the Government may have the Option if Funds are available to Exercise the Option early to request the Contractor to supply the Items listed as Items 3 & 4 in Schedule B above during the Base Period. After completion of Base Period, the Government may Exercise the Option to extend the Term of the Contract by 12 months. Option Period will be for a 1 Year period starting at end of the Base Period. 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. The following Statement/Information is in reference to this Acquisition being considered to be a Sole Source Acquisition based on the following as provided to the Contracting Officer and hereby agreed upon. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION JOTFOC (1) Identification of Agency: USCG Command and Control Engineering Center (C2CEN). 4000 Coast Guard Blvd. Portsmouth Va. 23703 (2) Nature and/or description of the action being approved: Hardware upgrade of existing Radar Video Processor Board in the Interface Adapter Unit (IAU) of Ports and Waterways Safety System (PAWSS). (3) Description of the supplies required: Equipment to re-cap the existing Virgo radar video processor hardware in PAWSS IAUs located in various Command and Control locations. 3.1 Osiris radar interface card, SPCI-C616-0-000, 17each. 3.2 Osiris breakout cable, CBL-C617-0-0501, 17 each. 3.3 Optional- Osiris radar interface card, SPCI-C616-0-000, 14 each. 3.4 Optional- Osiris breakout cable, CBL-C617-0-0501, 14 each. Estimated cost for all items is $175,000.00 (4) Identification of the statutory authority permitting other than full and open competition: IAW FAR 13.5 Test Program for Certain Commercial Items: This Acquisition is done under the Authority of Section 4202 of the Clinger-Cohen Act of 1996. Section 4202, Application of Simplified Procedures to Certain Commercial Items. Authorizes the establishment in the FAR of Simplified procedures for acquisitions within a certain dollar range (not to exceed $5,000,000) when the contracting officer reasonably expects that offers will include only commercial items. Also this following Authority is applicable to this acquisition: FAR 6.302-1(a)(2) 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. (5) Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited: PAWSS operates on proprietary Lockheed-Martin MTM-200 software. Both Lockheed-Martin and C2CEN maintain baseline PAWSS systems for SMEF support, testing, and future development. Radar video processor hardware manufactured by Osiris Corp. has been tested by Lockheed-Martin and integrated into their baseline system, as well as C2CEN’s baseline and several fielded PAWSS systems. In order to maintain configuration management and supportability, Osiris hardware must be installed in all remaining PAWSS IAUs. (6) 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. Requirement shall be posted on FedBizOpps as brand specific. This posting will include verbiage that any Offeror that feels that they can provide Items that meet this requirement as stated may provide a quotation, and all offers will be considered by the Government. (7) Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable: Previous order of Osiris SPCI-C616 radar video processor cards was completed by C2CEN using PR# 21-09-449TED747. Price was determined to be reasonable at that time and hasn’t changed significantly since then. The Purchase Price paid by the Government is the same that the General Public would pay for the same items. (8) Description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. After extensive market research, the determination to use Osiris SPCI-C616 radar video processor cards was made by Lockheed-Martin engineers based on PAWSS requirements, Osiris specifications, and the ability of the hardware to fit (physically) into a Dell Optiplex 760 chassis. (9) Any other facts supporting the use of other than full and open competition: (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. N/A (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: Based on current labor rates and estimated man-hours to re-engineer PAWSS RDP/IAUs using a radar video processor other that the Osiris product, C2CEN’s COTR for the Lockheed-Martin PAWSS engineering/development contract estimates the following: Labor: •784MH for personal computer radar processor (PCRP) •100MH for Requirements analysis. •150MH for Testing/Integration •40MH for Drawing/diagrams. •75MH configuration Management •70MH for Program management •10MH for Business management •1230 MH total @ $170/MH = $209,100 Material: •SSR Engineering PCRP, 49 units @ $10,600/unit = $519,400 •Installation of PCRP, $200,000 Total: $928,500 (10) List of the Sources, if any, that have expressed an interest in the acquisition: None at this time.. (11) 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: By Conduction ongoing Market Research. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief: 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. /rjt/ LT Robert Tenetylo_______________________ Date: ______________________ Technical (signature) _________________________________________ Date: _________________ Contracting Officer (signature) NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. This agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protestor fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202-372-3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-Q-440PC2202/listing.html)
 
Record
SN02089837-W 20100313/100311235213-6c53c07b3c5a883e936414319735bc6c (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.