Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

61 -- NDGPS - Nationwide Differential Global Positioning System Parts - Required Additional Documents

Notice Date
9/11/2012
 
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), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-12-R-DG012
 
Archive Date
10/2/2012
 
Point of Contact
Ramona L. Vazquez, Phone: 4107626784
 
E-Mail Address
Ramona.L.Vazquez@uscg.mil
(Ramona.L.Vazquez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Pack/Mark/Ship Specifications Pricing Schedule Ombudsman Instructions (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6, Parts 6.302-1 and 15 of the Federal Acquisition Regulation (FAR) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-12-R-DG012 applies, and is issued as a Request for Proposal. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv) The North American Industry Classification System (NAICS) code is 334511 and the business size standard is 750 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. DESCRIPTION: The U. S. Coast Guard Surface Forces Logistics Center, (SFLC), Shared Services Division intends to award a one-time contract as a result of this solicitation. The Government anticipates that a non-competitive contract will be awarded as a result of this synopsis/solicitation. All parts must be manufactured by the Original Equipment Manufacturer (OEM), Nautel Marine Inc. It is the Governments belief that only Nautel Marine Inc. is the only source able to manufacture/sell these parts to ensure compatibility with the existing onboard equipment and conformity to the OEM design and material requirements. Concerns that have the expertise and required capabilities to provide exact form, fit and function to the Nationwide Differential Global Positioning System (NDGPS) parts are invited to submit an offer, demonstrating their capabilities in accordance with the requirements stipulated in this synopsis/solicitation. Drawings, specifications and technical data are proprietary to the OEM and cannot be furnished by the Government. Partial shipments will be accepted. All items requested to have delivery within 180 days from date of award or better. (v) ITEM 0001, NSN 5996 01-593-7417, RADIO FREQ, COMBINER, PWR PROB, Repl# 373323 MFG NAME: NAUTEL INC., PART_NBR: NAH54B, 25 EA ITEM 0002, NSN 5996 01-597-0952,RF COMBINER/ POWER PROBE, Repl # 373324 MFG NAME: NAUTEL INC., PART_NBR: NAH54/01A, 28 EA ITEM 0003, NSN 6110 01-597-0938,DC POWER DISTRIBUTION, Repl# 373331MFG NAME: NAUTEL INC., PART_NBR: NAX235/01A, 10 EA ITEM 0004, NSN 6120 01-597-9344, DC POWER DISTRIBUTION VRD1500, Repl# 373332 MFG NAME: NAUTEL INC., PART_NBR: NAX235/02, 11 EA ITEM 0005, NSN 6110 01-593-6003, PANEL, POWER DISTRIBUTION, Repl# 373333 MFG NAME: NAUTEL INC., PART_NBR: NAX233/01B, 26 EA ITEM 0006, NSN 6110 01-593-6028, PANEL, POWER DISTRIBUTION, Repl# 373334 MFG NAME: NAUTEL INC., PART_NBR: NAX233/02B, 29 EA ITEM 0007, NSN 5998 01-597-8867, ATU CONTROL/ MONITOR PWB ASSY, Repl# 373335 MFG NAME: NAUTEL INC., PART_NBR: NAPC144, 3 EA ITEM 0008, NSN 5905 01-597-0934, TEMPERATURE SENSOR PWB ASSEMBL, Repl# 373340 MFG NAME: NAUTEL INC. PART_NBR: 195-9089, 8 EA ITEM 0009, NSN 5985 01-597-9590, FAN MOD (ZA46), Repl# 373342 MFG NAME: NAUTEL INC., PART_NBR: 195-9082, 9 EA ITEM 0010, NSN 5930 01-597-0963, LIMIT SWITCH PWB ASSY L-TUNING, Repl# 373343 MFG NAME: NAUTEL INC., PART_NBR: 195-9045, 8 EA ITEM 0011, NSN 5930 01-597-0967, LIMIT SWITCH PWB ASSY R-TUNING, Repl# 373344 MFG NAME: NAUTEL INC., PART_NBR: 195-9040, 8 EA ITEM 0012, NSN 5910 01-599-3944, CAPACITOR, MOD, 218PF, 3KV, Repl# 373345 MFG NAME: NAUTEL INC., PART_NBR: 195-9004-06, 29 EA ITEM 0013, NSN 5910 01-599-3953, CAPACITOR, MOD, 430PF, 3KV, Repl# 373346 MFG NAME: NAUTEL INC., PART_NBR: 195-9004-07, 33 EA ITEM 0014, NSN 5910 01-599-3957, CAPACITOR, MOD, 875PF, 2KV, Repl# 373347 MFG NAME: NAUTEL INC., PART_NBR: 195-9004-02, 36 EA ITEM 0015, NSN 5910 01-599-3961, CAPACITOR, MOD, 1750PF, 2KV, Repl# 373348 MFG NAME: NAUTEL INC., PART_NBR: 195-9004-03, 129 EA ITEM 0016, NSN 5998 01-592-7075, EXCITER INTERFACE, PWB, Repl# 373325 MFG NAME: NAUTEL INC., PART_NBR: NAPI76A/01, 43 EA ITEM 0017, NSN 6130 01-592-8150, DC-DC POWER SUPPLY PWB, Repl# 373326 MFG NAME: NAUTEL INC., PART_NBR: NAPS33, 9 EA ITEM 0018, NSN 5998 01-593-2182, POWER BLOCK BACK PLANE CCA, Repl# 373328 MFG NAME: NAUTEL INC., PART_NBR: NAPI81, 43 EA ITEM 0019, NSN 5998 01-593-2151, RF FILTER CCA, Repl# 373329 MFG NAME: NAUTEL INC., PART_NBR: NAPF05A, 8 EA ITEM 0020, NSN 5998 01-593-2172, RF TRANSFORMER CCA, Repl# 373330 MFG NAME: NAUTEL INC., PART_NBR: NAPX32/01, 11 EA ITEM 0021, NSN 5996 01-597-0977, RF COMBINER/POWER PROBE, Repl# 375917 MFG NAME: NAUTEL INC., PART_NBR: NAH54/03A, 2 EA ITEM 0022, NSN 5998 01-592-9796, CONTROL DISPLAY PWB, Repl# 375909 MFG NAME: NAUTEL INC., PART_NBR: NAPC147D, 6 EA ITEM 0023, NSN 7025 01-595-3602, DISPLAY MODULE, Repl# 375913 MFG NAME: NAUTEL INC., PART_NBR: 195-3019, 2 EA ITEM 0024, NSN 5963 01-593-1087, POWER MODULE, RADIO FREQ, Repl# 375915 MFG NAME: NAUTEL INC., PART_NBR: NAP33B,2 EA ITEM 0025, NSN 6110 01-593-5992, PANEL, POWER DISTRIBUTION, Repl# 375919 MFG NAME: NAUTEL INC., PART_NBR: NAX233/04A, 2 EA ITEM 0026, NSN 5950 01-597-9131, VARIABLE MATCHING TRANSFORMER, Repl# 375920 MFG NAME: NAUTEL INC., PART_NBR: 195-9021, 6 EA ITEM 0027, NSN 5998 01-592-7109, REMOTE INTERFACE PWB, Repl# 375910 MFG NAME: NAUTEL INC., PART_NBR: NAPI78E/01, 6 EA ITEM 0028, NSN 5998 01-592-7677, DGPS SITE INTERFACE PWB, Repl# 375911 MFG NAME: NAUTEL INC., PART_NBR: NAPI79, 2 EA ITEM 0029, NSN 5910 01-600-0965, MOUNT, CAPACITOR BANK, Repl# 375921 MFG NAME: NAUTEL INC., PART_NBR: 195-9088, 3 EA (vi) PACKAGING SPECIFICATIONS: Each items shall be individually preserved, packaged, marked and bar-coded in accordance with Specification SP-PP&M-001, dated 5/2010. Final inspection and acceptance shall take place at destination after verification of preservation, packaging, and marking requirements, and to confirm no damage during transit. Marking of warranted items: Pursuant to the requirements of FAR 46.706(b)(5), the Contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of the warranty. Marking may be brief but should include (i) a brief statement that the warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. For commercial items, the contractor's trade practice in warranty marking is acceptable if sufficient information is presented for supply personnel and users to identify warranted supplies. (vii) Pricing for FOB Destination where shipping costs shall be included in the unit price of the item. The Government requires delivery of supplies within 180 days or better after award. Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving, Baltimore, MD 21226. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012). Proposal submission requirements: (1) Paragraph (b) - REQUIRED TECHNICAL QUALIFICATIONS - 1. Offeror shall be the OEM or an authorized dealer for Nautel Marine, Inc. Authorized dealers shall submit documentation/certification as an authorized agent for the OEM as part of their proposal package. Offers submitted by other than the OEM shall include complete and current technical and engineering data (i.e. salient physical, function and performance characteristics) or data verifying that the offered equipment has been satisfactorily manufactured for the Government or OEM in the past. This data must include sufficient information to allow the Coast Guard to evaluate the proposal and shall be submitted within 3 calendar days from the date this notice is posted. The Government does not intend to pay for the information solicited. (2) Cost/Price - Pricing must be submitted for all CLINs. (3) Past Performance Requirements - Offeror's are required to provide for at most three (3) contracts completed during the past three years or currently in process for the same type of services being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. FAR 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data, Alternate IV (Oct 2010) (a) Submission of certified cost or pricing data is not required. (b) Contractor may be required to provide information relating to sales data for the same or similar items. (ix) 52.212-2 Evaluation-Commercial Items (Oct 2010). - The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable proposal. To be technically acceptable, offerors must conform to the requirements as provided under addendum to FAR 52.212-1, Required Technical Qualifications Evaluation Factors: Price Evaluation - The unit price of each CLIN shall be multiplied by the estimated quantity stated. Technical - In order to be determined technically acceptable, Offeror's must demonstrate their ability to meet all the technical requirements including documentation/certification as an authorized Nautel Marine Inc. agent. Past Performance - Shall be evaluated without consideration of price. Past performance evaluation shall be used in conjunction with evaluation on technical capabilities relevant to the manufacture of the required parts, including adherence to contract schedules, ability to meet technical requirements, and customer satisfaction. (x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2012)-(ii) Alternate I (Apr 2011) Offerors shall complete only paragraph (b) of this provision if the offeror HAS completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror HAS NOT completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraph (c) through (o) of this provision. FAR 52.209-7 - Information Regarding Responsibility Matters (Feb 2012) is incorporated in full text as follows: (a) Definitions. As used in this provision-"Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means-(1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at http://www.acquisition.gov/far. The following FAR provisions/clauses are incorporated by reference: 52.203-3, Gratuities (Apr 1984) 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7, Central Contractor Registration (Apr 2008) (xi) FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2012). The following addenda is added to 52.212-4: 1) Paragraph (a) - replaced by FAR 52.246-2, Inspection of Supplies - Fixed Price (Aug 1996) 2) Invoicing Requirements - Submit invoices electronically to: http://www.fincen.uscg.mil/secure/web_invoices_cgyard.htm or via mail to: USCG Coast Guard Finance Center, P.O. Box 4122, Chesapeake, VA 23326, or Fax to 757-523-5900. Mark For: Contract Number as provided at time of award. Payment Terms; The Government's normal payment terms are NET 30; however, Offerors may propose discounts for prompt payment. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2012) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: a. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), b. 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards (Feb 2012), c. 52.209-6, Protecting the Government's Interest when subcontracting with Contractors debarred, suspended, or proposed for debarment (Dec 2010) (31 U.S.C. 6101 note), d. 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012), e. 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012); f. 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)), g. 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2))., h. 52.222-3, Convict Labor (Jun 2003)(E.O. 11755), i. 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012)(E.O. 13126), j. 52.222-21, Prohibition of Segregated Facilities (Feb 1999), k. 52.222-26, Equal Opportunity (Mar 2007)(E.O 11246); l. 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2010) (38 U.S.C. 4212); m. 52.222-36, Affirmative Action for Handicapped Workers(Oct 2010) (29 U.S.C. 793); n. 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212), o. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), p. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), q. 52.225-1, Buy American Act -Supplies (Feb 2009) (41 U.S.C. 10a-10d), r. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O..'s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury), s. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 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. (xiii) The following Homeland Security Acquisition Regulations (HSAR) are hereby incorporated by reference with the same force and effect as if incorporated in full text. Full text versions of the clauses may be viewed electronically at http://farsite.hill.af.mil/VFFARA.HTM. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) HSAR 3052.242-72, Dissemination of Contract Information (Dec 2003) HSAR 3042.242-72, Contracting Officer's Technical Representative (Dec 2003). COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. See additional document(s) that have been uploaded to the FBO solicitation and shall be considered part of this solicitation package. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) OFFERS ARE DUE BY 12:00 PM EST on 09/17/12. Contractors are responsible for verifying receipt of their submitted quotes. Due to the nature of the emergency need of the government, no offer received past due date and time will be considered. Companies shall provide a valid DUNS, be registered with CCR/SAM, and shall provide the Tax Identification Number (TIN) with their offer. Offers may be emailed to Ramona.L.Vazquez@uscg.mil. (xvi) POC is Ramona Vazquez, Contract Specialist, 410-762-6784.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-R-DG012/listing.html)
 
Place of Performance
Address: COMMANDING OFFICER, US COAST GUARD, SFLC, 2401 HAWKINS POINT ROAD, BLDG 88, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02876854-W 20120913/120912000530-003e2a6c4f1e0713087fa0ae7ae3dc3a (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.