SOLICITATION NOTICE
59 -- Various Electronic Equipment
- Notice Date
- 9/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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-PCZ985
- Archive Date
- 9/27/2013
- 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-PCZ985. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This procurement will be processed in accordance with FAR Parts 12 and 13. The North American Industry Classification System (NAICS) is 334515. The SBA size standard is 500 employees. The items are to be "Name Brand" manufactured by Diagnosys Systems, Inc. Substitute proposed Brands will NOT be considered for Award. Due to this Acquisition being considered to be a Brand Specific Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a) This IS NOT A Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA 23703, intends to purchase the items listed below in the Schedule B. *NOTE* The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) 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 these items. Requests for specifications and drawings will be disregarded. Items are to be new items. Used or Refurbished items are not acceptable. Any Offeror that can provide the items exactly as requested or any Authorized Distributor of Diagnosys Systems, Inc. is encouraged to provide a Firm Fixed Price Quotation in regards to this FedBizOps Solicitation. The USCG/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 the Best Value to the Government, price and other factors considered. DELIVERY: The Required Delivery Date is within thirty (30) Days after Receipt of Award (ARO). All items are required to be shipped to US Coast Guard, C3CEN, 4000 Coast Guard Blvd, Portsmouth, Virginia 23703, unless otherwise directed. *PLEASE NOTE* POC for quotations: Jessica Loftus, Contract Specialist, Jessica.J.Loftus2@uscg.mil. Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by 12 September 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/Government. 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 Jessica Loftus, Contract Specialist, Jessica.J.Loftus2@uscg.mil. Anticipated Award Date for the Purchase Order is 13 September 2013, this date is approximate and not exact. SCHEDULE B: Line Item 1 Paddle Board Diagnostic Test Program development for above unit. 1 EACH Line Item 2 Partial Net List Generation to aid programming of above unit. 1 EACH Custom Connectors and assemblies required for above boards: Line Item 3 96VME-PCB 1 EACH Line Item 4 26IDEF 2 EACH Line Item 5 60IDCF 2 EACH Interface Test Adapters required for above boards: Line Item 6 SOIC, 16 Pin 1 EACH PROVISIONS / CLAUSES • 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, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 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 addenda's. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013) 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 (Dec 2012). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. • The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (Mar 2007) FAR 52.222-35 -- Equal Opportunity for Veterans (Sep 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 Veterans (Sep 2010) (38 U.S.C. 4212) 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 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 -- Buy American Act - Supplies (Feb 2009) FAR 52.225-13 -- Restriction on Certain Foreign Purchases (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.232-33 -- 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, System and Award Managemant (SAM) and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at ORCA accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. JUSTIFICATION FOR OTHER THEN FULL AND OPEN COMPETITION 1. Agency and Contracting Activity: U.S. Coast Guard Command, Control and Communications Engineering Center (C3Cen), 4000 Coast Guard Blvd; Portsmouth, VA 23703 2. Nature and/or description of the action being approved. PinPoint diagnostic test program development for the TU-20C Paddleboard to include partial net list generation, required custom connectors and assemblies, interface test adapter. Items must be Brand Specific in order to be compatible with existing equipment. 3. Description of supplies or services required to meet the agency's needs (including the estimated value): Part #: TU20-C Paddle Board Diagnostic Test Program development for above unit. Partial Net List Generation to aid programming of above unit. Custom Connectors and assemblies required for above boards: 96VME-PCB 26IDEF 60IDCF Interface Test Adapters required for above boards: SOIC, 16 Pin ESTIMATED TOTAL: $10,700.00 4. An Identification of the statutory authority permitting other than Full and Open Competition: FAR Part 6.302-1 (c) (c) Application for brand-name descriptions. (1) An acquisition or portion of an acquisition that uses a brand-name description or other purchase description to specify a particular brand-name, product, or feature of a product, peculiar to one manufacturer- 5. A Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Diagnosys Systems, Inc. manufactures the PinPoint Test System and is the only source for PinPoint Test Program development and adapters. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under FAR 5.202 applies: RFQ will be posted on FEDBIZOPS with statement that any Offeror that can provide the items exactly as requested or any Authorized Distributor of Diagnosys Systems, Inc. is encouraged to provide a Firm Fixed Price Quotation in regards to this Solicitation. 7. Determination by the Contracting Officer that the anticipated cost to the government will be fair and reasonable: Market Research was conducted and similar items were found on GSA Advantage, anticipated purchase cost will be in line with that cost. 8. Description of Market Research conducted (see Part 10) and the results or a statement of the reason market research was not conducted: Market Research as prescribed in FAR Part 10 was conducted by the Contracting Officer's Technical Representative. GSA Advantage was searched using Part Numbers and item names for a list of manufacturers / vendors that could provide these Diagnosys Systems items. 9. Any other facts supporting the use of other than full and open competition: None at this time. 10. Listing of sources, if any, that expressed, in writing, an interest in the acquisition: None at this time. 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: There are no actions that can be taken at this time. 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. (Signature on file) James Lassiter Contracting Officer 13. Evidence that any supporting data that is the responsibility of technical or requirements personnel. I certify this procurement meets the Governments 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. (Signature on file) Sonja Fiedler Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PCZ985/listing.html)
- Record
- SN03173984-W 20130906/130905000056-c3475b16ccc4d8bf180831f5486b14c8 (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 |