Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2013 FBO #4193
SOLICITATION NOTICE

58 -- PURCHASE OF MOTOROLA PARTS

Notice Date
5/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
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
HSCG44-13-Q-PCZ638
 
Archive Date
6/8/2013
 
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 FAR Subpart 12.6 as supplement 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 RFQ HSCG44-13-Q-PCZ638. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-66. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 423690. The SBA size standard is 100 employees. This IS NOT A Small Business Set-A-Side IAW the Non-Manufacture Rule FAR 19.502(c). The items are to be "Named Brand" manufactured by Motorola. Substitute proposed Brands will NOT be considered for Award. See Justification for Other than Full and Open Competition (JOTFOC) below. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA 23703 intends to purchase "Motorola Parts" the items are listed below in the Schedule B. Any Authorized Motorola Distributor Contractor that can provide the Items as described below is encouraged to provide a Response/Quotation to this RFQ Posting. Note: The Government/USCG reserves the right to Award on an All or None Basis that is the Gov may issue a Purchase Order to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror 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 Motorola Distributors are encouraged to provide a Firm Fixed Price Quotation IRT Fed-Biz-Ops Solicitation. The Government intends to award a contract resulting from this solicitation to the responsible bidder quotation 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. All items are required to be shipped to USCG C3CEN ERF, 2401 Hawkins Point Road, Baltimore, MD 21226. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by May/24/2013 @ 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, Total Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Email quotes to the POC Beverly Turman-Dawson, Contract Specialist, beverly.a.turman-dawson@uscg.mil Anticipated Award Date for the PO Contract is May/24/2013, this date is approximate and not exact. Schedule B: Line Item 1: 10 EA of - Control Head Universal Connector (CHUC) for O5 XTL-5000 PN: HLN6914B Line Item 2: 15 EA OF - CONTROL HEAD END REMOTE ASSEMBLY for O5 Control Head, PN: HLN1468C Line Item 3: 40 EA of - BD VHF 136-174 MHZ XTL-5000 VHF - Programmed for W9 and O5, Model# M20KSS9PW1_N, PN: PHUD4022K Line Item 4: 15 EA of - HSG, REMOTE FRONT XCVR Interconnect Housing for XTL-5000, PN: 1564119H01 Line Item 5: 25 EA of - DISPLAY, MODULE W/O SHIELD LCD Screen for XTL-5000 Control Head, PN: 7264052H05 Line Item 6: 20 EA of - 50 PIN FLEX ASSY for XTL-5000, PN: HKN6190C Line Item 7: 10 EA of - XTL5000 DES-XL, DES-OFB, AES256 Universal Crypto Module for XTL-5000, PN: NNTN8330A Total Cost: _________________________________________ 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 2011). 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: FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (APR 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) (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 2006) (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 (AUG 2011) 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 and contracting activity: The Department of Homeland Security, U.S. Coast Guard Command, Control and Communications Engineering Center (C3CEN). 2. Nature/description of the action being approved: The U.S. Coast Guard C3CEN Electronics Repair Facility (ERF) has a requirement, on a Brand Specific basis, for the purchase of electronic repair and replacement parts to be used in centralized depot repair of U.S. Coast Guard Communications Equipment, specifically the Motorola XTL-5000 Radios. 3. Description of supplies/services: A Purchase Request will be issued for the purchase of: ten (10) Control Head Universal Connectors, P/N: HLN6914B; fifteen (15) Control Head Back End Assemblies, P/N: HLN1468B; forty (40), XTL-5000 VHF Programmed for W9 and 05, P/N: M20KSS9PW1_N; fifteen (15) XCVR Interconnect Housing (for XTL-5000), P/N: 1564119H01, twenty five (25) LCD Screen (for XTL 5000 Control Head), P/N: 7264052H03, twenty (20) 50 Pin Flex Assembly, P/N: HKN6190C, ten (10) Universal Crypto Module, P/N: NNTN8330A, manufactured by Motorola Incorporated, the original equipment manufacturer (OEM). The parts requested are exact replacements to be used in the repair of the Motorola XTL-5000 Radios. Total Estimated Cost: $45,000.00 4. Identification of the justification and the rationale: This statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) implemented by FAR Subpart 6.302-1, entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". 5. Demonstration that the nature of the acquisition requires use of authority cited: The OEM specifications for these items are proprietary commercial property. The Coast Guard did not purchase this information when Motorola XTL-5000 Radios were originally purchased. Motorola, Inc. originally manufactured the boards contained in the XTL-5000 Radios. Adequate item information, documentation, and specifications are not available to develop an appropriate purchase description for full and open competition. Motorola Inc. is the only known manufacturer meeting system requirements for form, fit, function, configuration, records, and integration with the XTL-5000 Radio repair/replacement parts. Any variances would have a negative impact by impairing these radios from functioning, which would adversely impact safety and mission performance. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable: In accordance with FAR Subpart 5.2, in an effort to solicit as many potential sources as possible, a RFQ will be posted on FEDBIZOPS. 7. Determination by the Contracting Officer that the anticipated cost to the government will be fair and reasonable: The Contracting Officer will determine fair and reasonableness based on competition on FEDBIZOPS. 8. Description of Market Research: Market research as prescribed in FAR Part 10 was conducted by the Contracting Officer's Technical Representative. The Internet was searched using part numbers and item names for a list of manufacturers/vendors that could provide XTL-5000 replacement parts. The market research showed that only Motorola Inc. replacement parts could meet the minimum technical specifications to ensure compatibility with existing electronic and mechanical circuitry and to ensure that safe operational parameters are maintained. 9. Any other facts supporting the use of other than full and open competition: The material technical specifications and supplementary data are proprietary to the OEM and cannot be provided to other manufacturers, which eliminates any opportunities for full and open competition. Radio communications is a basic, however vital, requirement for conducting safe navigation, immigration and other law enforcement operations. Without Motorola specific repair/replacement parts for these radios, the Coast Guard would have to recapitalize new acquisitions for the entire Coast Guard fleet. Since this radio is used on every platform in the Coast Guard, the estimated cost for replacing every radio in the fleet while maintaining performance and technical standards is prohibitive. 10. Listing of sources, if any, that expressed, in writing, an interest in the acquisition: No sources expressed an interest in this solicitation. 11. Statement of actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisitions for supplies or services required: Recommend no actions be taken at this time to overcome barriers barring full and open competition. 12. Contracting Officer's Certification: I certify that this requirement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is accurate and complete to the best of my knowledge. James A. Lassiter Contracting Officer Date: 05/16/2013 I certify that this requirement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is accurate and complete to the best of my knowledge. Anthony S. Kritsings Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PCZ638/listing.html)
 
Record
SN03064443-W 20130518/130516235448-d80e75ecf26fe2cb1f4a943909c8367e (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.