Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
MODIFICATION

70 -- SHIP DESIGN SOFTWARE - Amendment 1

Notice Date
8/27/2013
 
Notice Type
Modification/Amendment
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
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
HSCG40-13-Q-61458
 
Point of Contact
Kimberly J Wooters, Phone: 4107626508, Carolyn Ward, Phone: 410-762-6601
 
E-Mail Address
kim.j.wooters@uscg.mil, carolyn.ward@uscg.mil
(kim.j.wooters@uscg.mil, carolyn.ward@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Required Information Justification for Other Than Full and Open Competition Notice for filing agency protests (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-13-Q-61458 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-69 (01 AUG 2013). (iv) This procurement is un-restricted. The North American Industry Classification System (NAICS) code is 334614 and the business size standard is 750. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to Ship Constructor. It is the Government's belief that they are the only source capable of providing the required ship design software. However, other potential sources with the expertise and required capabilities to provide this material can submit such data discussing the same in duplicate within 5 days from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. (v) PURCHASE TWO SEATS OF SHIP DESIGN SOFTWARE AND ONE YEAR SERVICE SUBSCRIPTION Item 0001: Ship Constructor Ship Design Solid Modeling Software. Universal level unlimited. QTY: 2 EA UNIT PRICE: ____________ TOTAL PRICE: __________ REQUIRED DELIVERY DATE: 8/23/13 ESTIMATED DELIVERY DATE: _________ Item 0002: Ship Constructor Support Subscription Software Support. Subs. APR 02, 2013 - Dec 31, 2013 - Network Lock QTY: 1 EA UNIT PRICE: ___________ TOTAL PRICE: __________ REQUIRED DELIVERY DATE: 8/23/13 ESTIMATED DELIVERY DATE: _________ PREPARATION FOR DELIVERY All material shipped to the U.S. Coast Guard on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply course. All packages shall have the Purchase Order Number, Stock number (if applicable) and Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1 P.M. Please direct all payment and invoicing inquiries to the U.S. Coast Guard FINCEN, Customer Service @ Telephone number 757-523-6940 or Fax No. 757-523-6906 or email address FIN-SMB-YARDTEAM@USCG.MIL. **ELECTRONIC INVOICING** http://www.fincen.uscg.mil/secure/web invoices cgyard.htm (vi) Place of Delivery is: US Coast Guard, 2401 Hawkins Point Road, Mail Stop 7, Baltimore, Md, 21226 ATTN: EARL POWERS. (vii) 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 (Jul 2013). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Pricing and Delivery Information, g) If NOT registered in System for Award Management (SAM), Offerors shall include a completed copy of the provision at 52.212-3 - Offeror Representations and Certifications-Commercial Items with their offer. (viii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - The evaluation and award procedures in FAR 13.106 apply. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable. This is a commercial item acquisition. Award will be lowest technically acceptable. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2013) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jul 2013) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2013). The following clauses listed in 52.212-5 are incorporated: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a)(2)). 52.222-3 Convict labor (June 2003) (E.O. 11755) 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.222-50 Combating Trafficking in Persons (Feb. 2009) 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act (Jun 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182- Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138, 112-41, 112-42 and 112-43). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). 52.233-3 Protest after award (Aug. 1996.) 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). (viii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (viiii) N/A (ix) QUOTES ARE DUE BY THURSDAY. August 29, 2013 @ 4 PM EST. Proposals may be faxed to (410) 762-6008 or emailed to Kim.j.wooters@uscg.mil. (x) Point of Contact: Kim Wooters, Purchasing Agent, Tele. No. 410-762-6508, email address: Kim.j.wooters@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-13-Q-61458/listing.html)
 
Record
SN03164143-W 20130829/130827235621-5391c7602edc22b5eb7a161b4180bc33 (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.