Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOLICITATION NOTICE

58 -- PURCHASE OF CAMERAS AND LENSES

Notice Date
9/6/2012
 
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-PC8473
 
Archive Date
9/27/2012
 
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
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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-PC8473. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. 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 a Total Small Business Set-Aside. The items are to be "Named Brand" specific and therefore are to be manufactured by Hitachi and Theia Only. Substitute proposed Brands will NOT be considered for Award. See Justification for Other Than Full and Open Competition (JOTFOC) below. This Solicitation is for the purchase of: CAMERAS & LENSES Items are to be New Items. NOTE: The Government/USCG reserves the right to Award on an All or None Basis that is the Gov may issue a PO CONTRACT to the Offeror that submits the Lowest aggregate price rather than issue a PO CONTRACT to each Offerror on the basis of the lowest Quotation on each item. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. Items are to be New Items. Used or Refurbished items are not acceptable. Substitute proposed Brands will NOT be considered for Award. Any Contractors that are authorized Distributors of Hitachi Cameras and Theia Lenses 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's quote 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, 4000 Coast Guard Blvd., Portsmouth, VA 23703. FIRM FIXED Price Quotes may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Company DUNS, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Sep/12/2012@7:00AM EST. Email quotes to the Beverly A. Turman-Dawson, Acquisition Specialist beverly.a.turman-dawson@uscg.mil. *PLEASE NOTE* Any interested offerors that feels that they can provide these items as stated may provide a Firm Fixed Price Cost Quotation and Delivery Information IRT to this FedBizOps posting by Sep/12/2012 @ 7:00AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. FOB Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. Required Delivery Date is 30 Days ARO. Anticipated Award Date for the PO Contract is Sep/12/2012, this date is approximate and not exact. DELIVERY LOCATION: Unless otherwise stated all Items will be required to be shipped to: USCG C3CEN 4000 Coast Guard Blvd. Portsmouth Va. 23703 Schedule B: Line Item 1: 6 EA of - Hitachi EM CCD Hi Sensitivity Day/Night Camera P/N: KP-DE500 Line Item 2: 6 EA of - Theia 1.8-3.0mm Varifocal Megapixel Lens, Day/Night, DC Auto Iris, CS Mount, P/N: SL183A Line Item 3: 1 EA of - Shipping (If Applicable) PLEASE NOTE: THIS IS A TOTAL SMALL BUSINESS SET-A-SIDE. IAW FAR 52.219-6 Notice of Small Business Set-A-Side The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012), 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 2012) 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 (FEB 2012) 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 (MAY 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 FAR 52.204-7 Central Contractor Registration (CCR) (FEB 2012). 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 (MAR 2012) (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 2010) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) (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 2010) (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 (1) Agency, Contracting Activity. The United States Coast Guard Command, Control and Communication Engineering Center (C3CEN), Portsmouth, VA 23703. (2) Nature and/or description of the action being approved. Procurement request submitted to purchase fixed EMCCD camera and Theia wide angle lens that comprise part of the new Flight Deck Video System installed onboard medium and high endurance cutters. (3) A description of the supplies or services required to meet the agency's needs (including the estimated value). Purchase of six (6) Hitachi KP-E500 EMCCD cameras and six (6) Theia SL183A wide angle lenses for replacement of the current FDVS onboard WMEC 270 class cutters. The total estimated value is $34,000.00. (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 Hitachi and Theia. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The Hitachi KP-DE500 camera and Theia SL183A lens comprise part of the standard Flight Deck Video System that has been chosen to replace the aging FDVS on all WMEC 270 class cutters. The fixed camera subsystem was selected following a rigorous testing process involving performance analyses of several cameras and lenses from different manufacturers. Tests were conducted in both lab and shipboard environments by comparing selected EMCCD cameras and wide angle lenses based on cost considerations and performance requirements. The Hitachi KP-DE500 surpassed the minimum cutter installation and performance requirements and was able to provide a quality video image when the same environmental conditions limited the practical use of the other cameras when tested. The Hitachi is considerably more expensive than the other evaluated cameras although the cost has been deemed reasonable. The evaluation results show that high maintenance and replacement costs will inevitably result if a cheaper camera is selected that lacks performance, durability, and quality. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. A Request for Quotation (RFQ) will be posted on FedBizOps with the statement that any interested offerors that feels they can provide these items as listed may provide a quote. (7) A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer will determine Price Fair and Reasonableness from comparison of previous acquisitions for similar purchases. (8) Description of Market Research. Market research as prescribed in FAR Part 10 was conducted by the Contracting Officer's Representative. The market research showed that the Hitachi camera and Theia varifocal lens provides the best configuration to match the current standard configuration. (9) Any other facts supporting the use of other than full and open competition. The Hitachi KP-E500 EMCCD camera comprising part of the FDVS system was approved for proto-type installation IAW Ref (a) CG SFLC (MECPL-eng) Memo 4720, dated 18 Feb 2011 (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. Van Cleave & Assoc. Phase I Technolgies Rock House Products international (11) Actions the agency may take to remove barriers to the competition before any subsequent acquisition for services required. 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. I certify this procurement meets the Government's 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. James A. Lassiter, Contracting Officer (13) Evidence that any supporting data that is the responsibility of technical or requirements personnel. I certify this procurement meets the Government's minimum need and the supporting data which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. David Sessoms, Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC8473/listing.html)
 
Record
SN02871244-W 20120908/120907001138-4331538896c3080110b1ca9b4246489e (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.