Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2010 FBO #3142
SOLICITATION NOTICE

59 -- PURCHASE OF ELECTRICAL ITEMS

Notice Date
6/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component 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-PC5104
 
Archive Date
7/29/2010
 
Point of Contact
Carrie Houck,
 
E-Mail Address
Carrie.F.Houck@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 HSCG44-10-Q-PC5104.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through FAC Federal Acquisition Circular 05-42. This procurement will be processed in accordance with FAR Part 12 &13. The North American Industry Classification System (NAICS) is 335999 The SBA size standard in Employees is 500. This is NOT a Small Business Set-Aside.IAW FAR Part 19.502-2(a) There is not a reasonable expectation that 2 or more Small Business Concerns will be providing offers for this requirement, due to this requirement is determined to be a Sole Source Acquisition. The Contracting Officer reserves the right to re-solicit as a Small Business Set-Aside if there are responses to this Solicitation that warrant such action. The USCG Command and Control Engineering Center (C2CEN) Ports. Va. 23703 intends to issue a Firm Fixed Price Purchase Order Contract for the purchase of the following 2 Items. Item 1: 3 each CG-1000 Power Supply PN#9010-0064; Item 2 :10 each FA-232 Sound Signal Shell Enclosure PN#3010-0030 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. Items are to be New Items, Used Refurbished Items are not acceptable. Request for drawings/specs will be disregarded. Due to the compatibility and parts/logistical support of existing USCG Systems & Components it is required that the Items are to be purchased from Automatic Power Inc. See JOTFOC Justification for Other Than Full and Open Competition. Required Delivery Date is within 14 Weeks ARO. Unless otherwise stated all items will be required to be shipped to the USCG Base Portsmouth C2CEN 4000 Coast Guard Blvd. Portsmouth Va. 23703. 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 quotations/proposals. This notice of intent is not a request for competitive quotations/proposals. However, all proposals received within 5 Business 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: AUTOMATIC POWER INC. Cage Code# 28763. An EPLS/CCR/BINCS data search was conducted by the Contracting Officer on 06/30/2010, the Contractor is in Good Standing with the Federal Gov. and is an Active Registration Status in CCR. This is Considered to be a Sole Source Acquisition. See below attached JOTFOC Justification for Other Than Full and Open Competition. 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 JULY/14/2010 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to Carrie.F.Houck@uscg.mil DO NOT send your quotes and any other inquires to James Lassiter. Send them to Carrie Houck. *PLEASE NOTE* Offerors are to provide Firm Fixed Prices and Delivery Information,by JULY/14/2010 @ 8:00am EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination, Destination is preferred by the USCG/GOV. If proposing FOB Origin provide Shipping cost as a separate Line Item. Shipping to Portsmouth Va. 23703 *Required Delivery Date is within 14 Weeks ARO The anticipated Award Date for the PO Contract is JULY/15/2010, 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 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/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 (JUNE 2010) 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 (JUNE 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. Justification for Other Than Full and Open Competition.(JOTFOC) (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 C2CEN (Command & Control Engineering Center) Portsmouth Virginia. (2) Nature and/or description of the action being approved. Procurement of a) 3 each CG-1000 Power Supply p/n 9010-0064 to replace equipment on C2CEN SRAN (Short Range Aids to Navigation) Product Baseline which is beyond economical repair and b) 10 each FA-232 Sound Signal Shell Enclosures p/n 3010-0030 for repair of existing FA-232 in Coast Guard inventory. (3) A description of the supplies or services required to meet the agency's needs C2CEN was designated the System Development Agent (SDA) for SRAN/ATON Fog Horns (see CG-64 5230 memo dtd 23 Feb 2010 attached as Enclosure 1). In order to carry out SDA duties, the existing CG-1000 Power Supplies (p/n 9010-0064) installed on C2CEN SRAN Product Baseline are over 25 years, beyond economical repair, and require replacement. The FA-232 Sound Signal Shell Enclosures (p/n 3010-0030) are required to refurbish existing FA-232 sound signals that are currently in Coast Guard inventory. (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1 (2)(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 there, of, when it is likely that award to any other source would result in a substantial duplication of cost to the Government. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Automatic Power is the sole manufacturer of the CG-1000 Power Supply and the FA-232 including repair parts and does not sell this item through distributors (See Automatic Power letters dated 12 May 2010 attached as Enclosure 2 & 3). The CG-1000 Power Supply is compatible with the ELG-300/02 & ELG-500/02 emitters (also manufactured by Automatic Power). Together the CG-1000 Power Supply and ELG-300/02 or ELG-500/02 emitters comprise the CG-1000 Sound Signal System. The CG-1000 Sound Signal System is currently employed at 22 other USCG ATON (Aid to Navigation) locations (e.g. lighthouses). There are currently 294 each FA-232 Sound Signal installed at Coast Guard ATON locations (210 locations as single stack configuration, 40 locations as dual stack configuration, 1 location (as quad stack configuration). In addition, the CG-1000 Sound Signal System and FA-232 Sound Signal employs control interface circuitry which is compatible with other SRAN product line equipment (i.e. fog detectors, Audio Visual Controllers, etc.) used by the USCG that controls the other sound signals. Both FA-232 and CG-1000 Sound Signal Systems are also compatible with standard timing characteristics employed by the Coast Guard. Procurement of substitute Sound Signal System from another source will potentially hinder support and development efforts of the 262 other ATON sites that already have the FA-232 and CG-1000 Sound Signal Systems installed. The CG-1000 Power Supply and FA-232 are also listed as one of the Coast Guard standard Fog Horn in COMDTINST M16500.3A (Aid to Navigation Manual-Technical). Excerpts of CIM16500.3A citing the FA-232 and CG-1000 Sound Signal Systems are provided as Enclosure 4 (pg. 7-29 to pg. 7-34) and Enclosure 5 (pg. 7-40 to pg. 7-51). (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. A RFQ Posting will be made on FED-BIZ-OPS, this posting will include verbiage that any offeror that feels that they can provide the items may provide a Quotation, and all Quotations would be considered by the USCG/GOV. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Automatic Power provided a commercial price list (dated Mar 10-08) with a price of $25,750.00 for the CG-1000 Power Supply and $3,200.00 for the FA-232 Sound Signal Shell Enclosures (see attached as Enclosure 6). This is $2200.00 more each for the CG-1000 Power Supply and $350.00 more each for the FA-232 Sound Signal Shell Enclosure than the quote provided to the Coast Guard dated February 22, 2010 (See Enclosure 7) (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. Initial market research was conducted when the FA-232 and CG-1000 Sound Signal Systems was initially procured in the 1980's. Additional Internet research determines the CG-1000 Power Supply is only available from the manufacturer (Automatic Power) see attached Google search results dated May 26, 2010 attached as Enclosure 8. A search of a maritime industry catalog website determined Automatic Power is the sole manufacturer of the FA-232 (See Enclosure 9). (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. $547,387.48. (See Cost Estimate for Duplication of Government effort provided as Enclosure 9) (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. N/A (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. Subsequent acquisitions over $25,000.00 for additional CG-1000 Power Supply components and FA-232 components are not planned for the rest of this fiscal year. The intent of any subsequent acquisition exceeding $25,000.00 will be to replace existing equipment in Coast Guard inventory that are beyond economical repair. (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. Paul Lamczk Technical (signature) James A. Lassiter for Carrie Houck Contracting Officer (signature) NOTE: These reference Enclosures are not attached due to file size, if any Contractor wishes to see a particular Enclosure, He or She may request a copy from the Contracting Officer. Enclosure (1): CG-64 5230 memo dated 23 Feb 2010 Enclosure (2): Automatic Power letter (Sole Source CG-1000) dated 12 May 2010 Enclosure (3): Automatic Power letter (Sole Source FA-232) dated 12 May 2010 Enclosure (4): Excerpts of COMDTINST M16500.3A (Aid to Navigation Manual-Technical) General Description Data Sheet FA-232 Sound Signal (pg. 7-29 to pg. 7-34) Enclosure (5): Excerpts of COMDTINST M16500.3A (Aid to Navigation Manual-Technical) General Description Data Sheet CG-1000 Sound Signal System (pg. 7-40 to pg. 7-51). Enclosure (6) Automatic Power Commercial Price List dated Mar 10-08 Enclosure (7) Automatic Power Quote dated May 7, 2010 Enclosure (8) Google search results dated May 26, 2010 Enclosure (9) www.best-maritime.info/catalogue search results dated May 25, 2010 Enclosure (10) Cost Estimate for Duplication of Government Effort for Procurement of CG-1000 Power Supply and FA-232 Sound Signal Enclosure Shells (PR # 2110440PC5104)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-Q-PC5104/listing.html)
 
Record
SN02192949-W 20100702/100630235215-5b1f5129baa127249673d252a326d752 (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.