Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOLICITATION NOTICE

59 -- PURCHASE OF VARIOUS FURUNO RADAR ITEMS

Notice Date
2/24/2012
 
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
HSCG44-12-Q-PC8198
 
Archive Date
3/15/2012
 
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
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 HSCG44-12-Q-PC8189. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-55. This procurement will be processed in accordance with FAR Part 12. 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 Control and Communications Engineering Center (C3CEN) Ports. Va. 23703 intends to purchase on a non-competitive basis by awarding a Firm Fixed Price Purchase Order Contract to Furuno U.S.A. Incorporated of Camas Washington for the following parts for the Furuno FR2135 S-Band and Furuno FR 2125 X-Band Radar Systems. The Items are required to be Brand/OEM Specific; the Brand required is Furuno. The USCG does not own and cannot provide any Technical Data and Information for these Items, and request made for this Technical Data and Information 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 USCG/Government. A determination by the USCG/Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the USCG/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: FURUNO U.S.A. INC. Cage Code: 1EE70. An EPLS/CCR/BINCS Contractor Verification Information search was conducted on Feb/21/2012 by the Contracting Officer listed below. This Contractor is in an Active CCR Status and does not appear on the EPLS List. This is Considered to be a Sole Source Acquisition. See attached Justification for Other Than Full and Open Competition (JOTFOC). 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 -45 Days ARO. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Price Proposals with Delivery Information by FEB/29/2012 @7:00AM EST. Delivery Information is to include the Shipping Terms the Offeror 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. FIRM FIXED Price Proposals may be submitted on company letterhead stationery 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 FEB/29/2012 @7:00AM EST. Email quotes are Emailed to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil. Anticipated Award Date for the PO Contract is FEB/29/2012, this date is approximate and not exact. Schedule B: Line 1: 3 Each of FR 2135S TR Assembly RSB0026/31-066; Part# 008-493-020 Line 2: 3 Each of Receiver Module, Part# 008-491-530 Line 3: 3 Each of RF Module, Part# 008-487-170 The Following FAR Provisions apply to this Acquisition: 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 (JAN 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: 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 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2012), 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) (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 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. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOTFOC) (1) Agency, Contracting Activity The United States Coast Guard Command, Control, & Communications Engineering Center (C3CEN), Portsmouth, VA. (2) Nature and/or description of the action being approved. Purchase of below listed FURUNO brand parts for the FR2135 S- Band and FR 2125 X-Band radar system on USCG WMSLS. (3) A description of the supplies or services required to meet the agencys needs (including total estimated value): Line Item 1: 3 Each of 3 FURUNO FR2135S TR ASSY RSB0026/31-066; part number 008-493-020 Line Item 2: 3 Each of Receiver Module RSB0026/31-066 part number 008-491-530 Line Item 3: 3 Each of 3 RF Module RTR-063 FR2125 part number 008-487-170 Total estimated value: $ 35,000.00 (4) Statutory Authority permitting other than full and open competition. IAW FAR 6.302-1(c) Application for Brand Name, the Items are required to be Brand Specific; they must be manufactured by Furuno U.S.A., Inc. Furuno is the Original Equipment Manufacturer (OEM) of this software. (5) Contractor's unique Qualifications Furuno U.S.A. is the developer and owner of the proprietary hardware and software cited for this system and they have been able to get the system JITC accredited IAW MIL-STD-6011 and MIL-STD-3011 standards. Furuno meets the performance specifications for Information Assurance and mission execution. C3CEN requires the item currently being used by the USCG in order to supply field units with spares/replacements for casualties. These items are being discontinued and until the USCG installs a different system replacement parts will become harder and harder to come by. (6) A description of efforts made to ensure that offers are solicited from a many potential sources a practicable. A RFQ will be posted on FEDBIZOPS with a statement that any Contractor that feels that they can provide these Supplies as listed may provide a Quotation and all quotes will be considered by the Government. (7) A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. This purchase has been determined to be fair and reasonable based on their commercial pricing is the same as what is offered to the General Public. These parts are proprietary to FURUNO as they are used strictly in FURUNO systems. No other options to gauge prices were found. (8) Market Research Market research was conducted using various internet searches for pricing and cost estimating. (9) Any other facts supporting the use of full and open competition To select the product from another vendor means that the Gov/USCG would need to again have to pay the cost of Engineering, Testing and Develop New Training and this would not be cost effective to the Government/USCG. These items are currently installed on USCG WSMLS and scheduled to be discontinued by the OEM. Purchase will be to backfill Stock Supplies. (10) A listing of sources, if any, that expressed, in writing, an interest in the acquisition. None at this time. (11) Removing Barriers to the Competition None at this time. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is determined to be fair and reasonable. James A. Lassiter, USCG C4IT Contracting Officer (13) Evidence that any supporting data is complete and accurate by the technical or requirements personnel. I certify this procurement meets the Governments minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. LT Richard Mooney, USCG Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC8198/listing.html)
 
Record
SN02683112-W 20120226/120224235634-e36bcfb35ef949563af4ac62c476be76 (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.