MODIFICATION
70 -- US Coast Guard ECINS Keyboard Flush Mount and Trackball requirement for USCG C2CEN
- Notice Date
- 9/9/2010
- Notice Type
- Modification/Amendment
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG44-10-R-PC8159
- Archive Date
- 10/2/2010
- Point of Contact
- Gwendolyn B Scott, Phone: 757-686-4273
- E-Mail Address
-
gwendolyn.b.scott@uscg.mil
(gwendolyn.b.scott@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amended Combined Synopsis/Solicitation: (i) This is an combined synopsis/solicitation for commercial items prepared in accordance with the format in subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) United States Coast Guard Solicitation # HSCG44-10-R-PC8159 is being issued as a Request for Quote (RFQ). (iii) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 effective September 10, 2009. (iv) This is a 100% small business set-aside under NAICS code 811212, PSC Code (FSC) 7045, ADP Supplies and Equipment, and small business size standard $25 M. (v) Contract Line Item Numbers (CLINS): 0001 - FFP - QWERTY Keyboard, Flush Mount, with built in Track Ball. Corton Inc., Model 591-0032 or equal (see specifications below). Quantity: 210 EA; Delivery Date: 30 days from award. Partial deliveries acceptable. Minimum deliveries: 25 each QWERTY Keyboard, Flush Mount with built in Track Ball delivered to destination, per month, until total quantity of 210 each is delivered. 0002 - FFP - QWERTY Keyboard, Desk Top, with built in Track Ball. Corton Inc., Model 591-0034 or equal (see specifications below). Quantity: 70 EA; Delivery Date: 30 days from award. Partial deliveries acceptable. Minimum deliveries: 10 each QWERY Keyboard, Desk Top, with built in Track Ball delivered to destination, per month, until total quantity of 70 each is delivered. 0003 - FFP - Trackball flush mount (see specifications below). Corton, Inc., Model number 591-0032 or equal (see specifications below). Quantity: 70 EA Delivery Date: 30 days from award. Partial deliveries acceptable. Minimum deliveries: 10 each Trackball flush mount delivered to destination, per month, until total quantity of 70 each is delivered. 0004- FFP - Shipping -Items 0001, 0002 and 0003 Quantity: 01 LO; Delivery Date: 30 days after award or in accordance with minimal partial delivery schedule per CLIN. Delivery Date: 30 days from award or in accordance with minimal partial delivery schedule per CLIN. 0009- COST - Shipping Charges to: USCG C2CEN Attn: Gwendolyn B. Scott 4000 Coast Guard Blvd. Portsmouth, VA 23703-2199 (vi) Requirement Description: See above CLINS and the attached SOW (vii) Date of Delivery: See above CLINS. (viii) The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offers may be submitted by email to the designated point of contact. Vendors must be registered and active in Contractor Central Registration (CCR) database: http://www.ccr.gov/ (ix) The provisions at 52.212-2, Evaluation - Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: A. Technical capability of the item offered to meet the Government requirement; Rating of Excellent - Exceeds the requirements in a way which yields significant benefits to the Government; Rating of Good - Meets all the Government's requirements; proposal offers no significant weaknesses or deficiencies exist; Rating of Marginal - Fails to meet minimum requirements or has one or more significant weaknesses. Deficiencies and significant weaknesses are correctable without major revisions to the proposal; Rating of Poor- Proposal fails to meet the requirement; one or more deficiencies for which correction would require a major revision or redirection of the proposal. B. Price C. Past performance - Offeror's Past Performance will be evaluated under existing or prior contracts for similar products. The Government will focus on information that demonstrates quality of performance relative to the complexity of the procurement. Sources other than those identified by the Offeror in their proposal may also be contacted/accessed by the Government; Excellent Rating- Offeror's overall past performance, considering all contract and/or sources utilized for this rating; is exceptional; Rating of Good- Offeror's overall past performance, considering all contracts and/or sources utilized for this rating is good; Rating of Marginal - Offeror's overall past performance, considering all contracts and/or sources utilized for this rating is marginal; Poor Rating - Offeror's overall past performance, considering all contracts and/or sources utilized for this rating is poor; Neutral Rating - Offeror has no relevant past performance. All other factors when combined are significantly more important than price. The award will be made to the offeror whose quote offers the best value to the Government. The Coast Guard will review and evaluate each proposal received against internal agency practices, in accordance with the information contained in this RFQ. The agency may then do one of the following: a. Award without discussions; b. Conduct discussions; or c. Cancel the acquisition. If discussions are conducted, they will occur at the time and place designated by the ordering contracting officer. Following the completion of discussions, the contractor will be permitted to submit a revised quote that reflects the final revised offer. (x) Contract Type A firm-fixed price delivery order is anticipated. Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms (7) "Remit to" address if different from mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (9) Acknowledgement of Solicitation Amendments; (10) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms conditions, and provisions included in the solicitation. Offers that fail to furnish the required representations or information, or reject the terms and conditions may be excluded from consideration; (11) Company Tax Information Number and DUNS Number. (xi) Offeror's shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. (xii) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xiii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executives Orders - Commercial items, applies to this acquisition with the following clauses included (checked): 52.203-3, Gratuities (Apr 1984); 52.219-6, notice of Total Small Business Set-Aside (June 2003)(15 U.S.C.644); 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637 (d)(2) and (3)); 52.219-28, Post Award Small Business Program Representation (APR 2009) (15 U.S.C. 632(a)(2)); 52.222-3, convict Labor (JUNE 2003) (E.O. 11246); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-21, Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O 11246); 52.232-33, Payment by Electronic funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 252.232-7003, Electronic submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227), 252.247-7023, Transportation of Supplies by Sea (May 2002)(10 U.S.C. 2631) (xiv) Additional contract requirements: 1. This application allows USCG vendors to submit and track invoices and receipt/allowance documents electronically. The contractor is required to process invoices and receiving reports electronically under this contract/order. The contractor shall (i) ensure an Electronic Business Point of Contact is designated within ten (10) calendar days after award of this contract or modification. The USCG point of contact (POC) for this contract is Ms. Gwendolyn B. Scott, and can be reached at telephone number (747) 686-4373; email address Gwendolyn.Scott@uscg.mil. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this RFQ. (xv) Quotes must be submitted/received no later than 10:00AM, 17 September 2010, EST. 2. (xvi) Quotes should be emailed to the United States Coast Guard Office, C2CEN Contracting Office: and to Ms. Gwendolyn B. Scott: Gwendolyn.Scott@uscg.mil. PLEASE NOTE: Your subject line must read "RFQ HSCG44-10-R-PC8159 from "contractor name." 3. In accordance with FAR 52.232-1, Payments (APR 1984) the Government shall pay the contractor, upon submission of proper invoices, the prices stipulated in the contract for supplies delivered and accepted or deductions provided in this contract. Payment shall be made on partial deliveries accepted by the Government if a) the amount due on the deliveries warrants it or b) the Contractor requests it and the amount due on the deliveries is at least $1,000 or 50 percent of the total contract price. Due to restrictions on the size of email, ensure that all email submissions are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the RFQ # and number of emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this RFQ. KEYBOARD SOLICITATION SCOPE OF WORK 1. Specifications for CLIN 0001: QWERTY keyboard compatible with IBM PS/2, AT, SUM RS-232, RS-422, USB, include F-keys, and numeric number pad, sealed, spill proof, dust proof construction, electronics, switch actuators, optical sensors and internal connectors protected from contamination; all aluminum metal enclosure with welded seams; full-travel, solid state switches, extremely high MTBF; keyboard and trackball on separate output pins; durable long-life key legends, ergonomic key sculptures; pointing device compatible with IBM PS/2, AT, SUN, RS-232, RS-422, USB, keyboard cannot contain USB hubs, keyboard keys shall include a dedicated delete key, red backlighting on keyboard, keyboard buttons, trackball, and trackball buttons. Trackball shall be a milky translucent color in daytime hours and glow red at night. All LED indicators shall be adjustable using a keyboard backlight control via keys (but never capable of off). Enhanced EMI/RFI and ESD shielding for survival, protection, and compliance in extreme environments; integrated 2 inch (50.8mm) ball with three standard buttons and one drag lock (4th button). 4th button shall be oriented at the top or back of unit. Db9 D-sub connector mounted in the rear enclosure. Removable for easy cleaning; optical sensors for long term reliability. Trackball shall have a stiff roll or high force movement. Trackball cavity drain for excessive rain/spill. Brightness control capability provides flexibility for different ambient conditions and personal preferences: no external power; keyboard and trackball will be powered via individual USB connectors not to exceed a total of 450mA; dimensions not to exceed seven (7) inches in width and twenty (20) inches in length. A Manufacturer's Limited lifetime Warranty shall accompany the product(s). 2. Specifications for CLIN 0002: QWERTY keyboard compatible with IBM PS/2, AT, SUN, RS-232, RS-422, USB, include F-keys, and numeric number pad; sealed, spill proof/dust proof construction, electronics, switch actuators, optical sensors and internal connectors protected from contamination; all aluminum metal enclosure with welded seams; full-travel, solid state switches, extremely high MTBF, keyboard and trackball on separate output pins; durable long-life key legends, ergonomic key sculptures; pointing device compatible with IBM PX/2, AT, SUN, RS-232, RS-422, USB; keyboard cannot contain USB hubs; keyboard keys shall include a dedicated delete key; red backlighting on keyboard buttons trackball and trackball buttons; trackball shall be a milky translucent color in daytime hours and must glow red at night; all LED Indicators shall be adjustable using a keyboard backlight control via keys (but never capable of off): enhanced EMI/RFI and ESD shielding for survival, protection, and compliance in extreme environments; integrated 2||||" (50.8mm) ball with three standard buttons and one drag lock (4th button): 4th button shall be oriented at the top, or back of unit; db9 D-sub connector mounted in the rear of enclosure; removable ball for easy cleaning; optical sensors for long term reliability; trackball shall have a stiff roll or high force movement; trackball cavity drain for excessive rail/spill; brightness control capability provides flexibility for different ambient conditions and personal preferences: no external power; keyboard and trackball will be powered via individual USB connectors not to exceed a total of 450 mA; dimensions not to exceed seven (7) inches in width and twenty (20) inches in length and a Manufacturer's Limited lifetime Warranty shall accompany the product(s). 3. Specifications for CLIN 0003: Trackball flush mount; sealed, spill proof/dust proof construction; all aluminum metal enclosure with welded seams, extremely high MTBF, pointing device compatible with IBM PS/2, AT, SUN, RS-232, RS-422, USB, cannot contain USB hubs, red backlighting or trackball and trackball buttons; trackball shall be a milky translucent color in daytime hours and glow red at night. All LED indicators shall be adjustable using a keyboard backlight control via keys (but never capable of off). Enhanced EMI/RFI and ESD shielding for survival, protection, and compliance in extreme environments; integrated 2 inch (50.8mm) ball with three standard buttons and one drag lock (4th button). 4th button shall be oriented at the top or back of unit. Db9 D-sub connector mounted in the rear enclosure. Removable for easy cleaning; optical sensors for long term reliability. Trackball shall have a stiff roll or high force movement. Trackball cavity drain for excessive rain/spill. Brightness control capability provides flexibility for different ambient conditions and personal preferences: no external power; keyboard and trackball will be powered via individual USB connectors not to exceed a total of 450mA; dimensions not to exceed 5.5 inches wide and 5.75 inches in length. A Manufacturer's Limited lifetime Warranty shall accompany the product(s). ii) United States Coast Guard Solicitation # HSCG44-10-R-PC8159 is being
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG44-10-R-PC8159/listing.html)
- Place of Performance
- Address: United States Coast Guard Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703, United States
- Zip Code: 23703
- Zip Code: 23703
- Record
- SN02274787-W 20100911/100909235822-79c9c5e99098654c4ae669cb44522842 (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 |