Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

59 -- Purchase of Transmitter Parts

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless 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
HSCG44-11-Q-PCA054
 
Archive Date
8/4/2011
 
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
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information 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 HSCG44-11-Q-PCA054. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-51. The USCG Command Control and Communications Engineering Center(C3CEN) in Portsmouth Va. intends to award a Firm Fixed Price Purchase Order Contract for the Line Item as listed below. This procurement will be processed in accordance with FAR Parts 12 and 13. The North American Industry Classification System (NAICS) is 334220. The SBA size standard is 750 Employees. Due to this Acquisition being considered to be a Sole Source, Original Equipment Manufacturer(OEM) Specific Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a) This IS NOT A Small Business Set-A-Side. Due to the compatibility and parts/logistical support of existing USCG Systems & Components it is required that the Items are to be "OEM" specific and therefore are to be Manufactured by Rockwell Collins Inc. Only. Substitute proposed brands will NOT be considered for award. Requirement is for: 2 each PN#270-2695-030 URG-III 1kW PS-2220A Power-Supply all Manufactured by the original equipment manufacturer (OEM). The parts requested are exact replacements that are part of the Rockwell Collins 00069-URG-III (V) 1KW Transmitter-System. The USCG C3CEN intends to purchase on a non-competitive basis with Rockwell Collins Inc. 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: ROCKWELL COLLINS INC. GOVERNMENT SYSTEMS, Cage Code: 13499. An EPLS/CCR/BINCS Contractor Verification Information search was conducted on Jul/14/2011; by the Contracting Officer listed below, the Contractor appears to be in Good Standing with the Government and does not on the EPLS list. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these items. Request for drawings/specs will be disregarded. Items are to be New items. Used or Refurbished items are not acceptable. Due to the compatibility and parts/logistical support of existing USCG Systems & Components it is required that the items are to be OEM Specific. Substitute proposed Brands/Manufactures will NOT be considered for award. Any Offerors that are Authorized Distributors of Rockwell Collins parts are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops Solicitation. 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. The Required Delivery Date is 30 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN ERF 2401 Hawkins Point Road, Baltimore, MD. 21226. FIRM FIXED Price Proposals may be submitted on company letterhead stationary and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is JUL/20/2011@7:00AM EST. Facsimile and Email quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Delivery Information by JUL/20/2011@7:00AM EST. Delivery Information is to include the Shipping Terms the Offerer is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. ITEMS WILL BE REQUIRED TO BE SHIPPED TO USCG COMMSTA KODIAK ALASKA 99615 Required Delivery Date is 30 Days ARO. Anticipated Award Date for the PO Contract is JUL/21/2011, this date is approximate and not exact. Schedule B: Line 1: 2 each PN#270-2695-030 URG-III 1kW PS-2220A Power-Supply PLEASE NOTE: THIS IS NOT A SMALL BUSINESS SET-A-SIDE. 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 (APR 2011) 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 (FEB 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)(APR 2008). 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 FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (APR 2011), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) 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 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) 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) The above/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. Pursuant to the requirement of the Competition in Contracting Act (CICA) as implemented by FAR Subpart 6.3, HSAR 3006.3, HSAM 3006.3, HSAM, 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 require under FAR 6.303-2 as follows: Justification for Other Than Full and Open Competition (JOTFOC) 1. Vessel: Various USCG Platforms 2. PR# 2111441PCA054 3. Description of Supplies or Services: Purchase of two (2) Power Supplies, P/N: 270-2695-030 4. Estimated Value of Procurement: $22,000.00 (for both units) 5. Source Available: Name: Rockwell Collins Inc. Gov Systems 6. Pursuant to FAR Subpart 13.106-1 (b), the Contracting Officer may solicit from one source if they determine that the circumstances of contract action deem only one source reasonably available: Check the appropriate reason below: X Only one responsible source and no other supplies or services will satisfy agency Requirements, i.e. Unique capabilities, Limited Number of sources, Proprietary data or Brand Name Mandatory ___Unusual & Compelling Urgency ___Exclusive Licensing Agreements ___Industrial Mobilization/Standardization 7. Impact Statement (describe the impact on the mission or property) Failure to provide COMMSTA Kodiak with these power supplies would lead to loss of OPERATIONAL capabilities of the Coast Guard while installing a new remote site and the coordinated effort of other Department of Homeland Security Agencies and Local Government Emergency Responders. 8. Explain why an adequate purchase description or other information suitable to solicit by Full and Open Competition has not been developed or are not suitable. The Power Supplies are part of the 00069-URG-III (V) 1KW Transmitter System. The 00069-URG-III (V) 1KW Transmitter System is the primary high frequency communication system installed at the Coast Guard Communication Stations. The Transmitter Systems provide continuous voice and data connectivity with underway cutters nationwide as well as other DHS Agencies and local government first responders. The power supplies are a vital part of the system. All parts must be physically the same in form, fit and function as the already supported assemblies to ensure proper operation. The current stock level is insufficient to support forecasted field requisition requests. A market research was performed to identify all sources capable of repairing these items. The only source found to be capable is Rockwell Collins Inc. Rockwell Collins Inc. is the original equipment manufacture(OEM) for these items and maintains the proprietary rights to all drawings, schematics, designs and custom parts for this assembly. 9. Provide a Statement of Actions, if any, the government may take to remove or overcome any barriers to competition before future acquisitions are required. The government would need to acquire the rights to proprietary chassis components in order to solicit additional competition to reverse engineer or repair to specifications this equipment and its associated components. Brett Edgerly, ETC, USCG 7/13/2011 Technical Representative Date ¬¬¬¬¬¬James A. Lassiter 07/14/2011 Contracting Officer Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PCA054/listing.html)
 
Place of Performance
Address: 400 COLLINS ROAD, CEDAR RAPIDS, Iowa, 52498-0505, United States
Zip Code: 52498-0505
 
Record
SN02499247-W 20110716/110714235505-940aa8beb36bf62a79cb3de7c945a8fe (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.