SOLICITATION NOTICE
70 -- Purchase of Yearly Warranty Coverage - J&A Scope of Work docs
- Notice Date
- 6/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- 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-PFP098
- Archive Date
- 6/30/2010
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Scope of Work doc Justisification for Other Than Full and Open Competition doc 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-PFP098.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 811213. The SBA size standard in Dollars is $7.0M. 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 CYBERNETICS CORPORATION for the purchase of Yearly Warranty for Component Level Exchange Advance Replacement Service for 10 Cybernetics High Speed Tape Cache Back-Up Devises IAW the attached Scope of Work document and Service Dates document. The Coast Guard does not own nor can they obtain specifications or other technical data for these Services. Request for such 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 & 13.106-1(b). 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 quotations/proposals. However, all quotations/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 for future acquisitions. The contractor for this proposed Sole Source contract is: CYBERNETICS CORPORATION Cage Code: 027U6 An EPLS/CCR/BINCS Contractor Verification Information search was conducted on JUN/08/2010; by the Contracting Officer listed below. This is Considered to be a Sole Source Acquisition. See attached Justification for Other Than Full and Open Competition. J&A Period Of Performance (POP): Base Period: 1 Year, Start: 08/21/2010 End: 08/20/2011 (Note - 2 of the SN's have start dates of 09/28/2010 and will end on 08/20/2011 for the Base Period) Option Year 1: Start: 08/21/2011 End:08/20/2012 Option Year 2: Start: 08/21/2012 End: 08/20/2013 NOTE: Contract Award will be made for Line Items 1 & 2 only. Items 3 & 4 are Optional Items. Schedule B- Line Item 1: 1 Year (12 Months) of Service for 8 Units IAW the attached Scope of Work Document and IAW the Service Dates document POP 08/21/2010 thru 08/20/2011 Unit Price per month Total Price for 12 month period tiny_mce_marker_________ tiny_mce_marker________ Line Item 2: 11 Months of Service for 2 Units IAW the attached Scope of Work Document and IAW the Service Dates document POP 09/28/2010 thru 08/20/2011 Unit Price per month Total Price for 11 month period tiny_mce_marker__________ tiny_mce_marker_________ Line Item 3: Option Year 1- 12 months of Service for 10 Units IAW the attached Scope of Work document and IAW the Service Dates document POP 08/21/2011 thru 08/20/2012 Unit Price per month Total Price for 12 month period tiny_mce_marker___________ tiny_mce_marker_________ Line Item 4: Option Year 2- 12 months of Service for 10 Units IAW the attached Scope of Work document and IAW the Service Dates document POP 08/21/2012 thru 08/20/2013 Unit Price per month Total Price for 12 month period tiny_mce_marker___________ tiny_mce_marker_________ NOTE: The Government is not obligated nor required to Exercise any Option Period of the awarded contract. 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 JUNE/15/2010 @ 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 *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by JUNE/15/2010 @ 8:00am EST. The Anticipated Award Date for the Purchase Order Contract is JUNE/16/2010, this date is approximate and not exact. 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 Overall Best Value to the Government considering,Price, Technical Capability. 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: OPTIONS: 52.217-4 Evaluation of Options (JULY 1990) It is anticipated for a Base Period of 12 months with 2,One Year Option Periods of Service for this Contract. Total Length of Service with all Options Exercised would be 36 Months 52.217-9 Option to Extend the Term of the Contract (March 2000) 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 36 months. (End of clause) 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 (APR 2010), 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; 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-Q-PFP098/listing.html)
- Record
- SN02171909-W 20100610/100608235528-4c7e85ddd9229cbac487da2c6a1fc632 (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 |