Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2013 FBO #4309
SOLICITATION NOTICE

J -- Purchase of Repair Services for Trailer

Notice Date
9/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery 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
HSCG44-13-Q-PC4088
 
Archive Date
9/28/2013
 
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-PC4088. 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 333924. The SBA size standard is 750 employees. Due to this Acquisition being considered to be a Sole Source 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. Substitutes will NOT be considered for award. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA 23703, intends to purchase repair services for the Enhanced Mobil Incident Command Post (eMICP) for the USCG located at 4000 Coast Guard Blvd., Portsmouth, VA 23703 IAW Statement of Work (SOW) below. The proposed contract action resulting from this synopsis/solicitation for commercial Services is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1 & 13.106-1(b). Interested persons/parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations/proposals. However, all quotations/proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the USCG/Government. A determination by the USCG/Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the USCG/Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes for future acquisitions. The contractor for this proposed Sole Source contract is: Featherlite, Inc. Cage Code:1N7F3. A SAMS/BINCS Contractor Verification Information search was conducted on September 6, 2013 by the Contracting Officer listed below. This is considered a Sole Source Acquisition. See attached Justification for Other Than Full and Open Competition (JOTFOC). 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. *PLEASE NOTE* POC for quotations: Jessica Loftus, Contract Specialist, Jessica.J.Loftus2@uscg.mil. Interested Offeror's are to provide Firm Fixed Price Proposals by 13 September 2013 @ 7:00AM EST. 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 17 September 2013, this date is approximate and not exact. SCHEDULE B: Line Item 1 Repair of the Enhanced Mobil Incident Command Post (eMICP) as per the Statement of Work (SOW) 1 Job All Transportation of the vehicle is the responsibility of the USCG. 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 Management (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. STATEMENT OF WORK (SOW) GENERAL The United States Coast Guard (USCG), beginning in 2006, developed the enhanced Mobile Incident Command Posts (eMICPs) as part of the Mobile Command Centers (MCC) Project. VSE Cooperation completed the design and manufacture of two eMICPs in conjunction with Featherlite Trailers. The eMICP is a communications trailer providing secure and non-secure voice, radio, satellite and data transfer interoperability with Coast Guard units, State, local and Federal partners. The trailer is designed with two slide outs that extend to form a central conference room in which command operations can be maintained. The eMICP #2, located at CAMS LANT in Chesapeake, VA suffered significant damage due to water intrusion as a result of the roof seal leaking. During eMICP # 2's repair process, it was identified that the roof should be resealed regularly to prevent such damage. Similar work is necessary on eMICP # 1, located at Pacitifc Strike Team in Navato, CA in order to keep eMICP #1 in a good operating condition. Additionally, changes were made to improve the functionality of eMICP # 2 during its overhaul and the same changes are required on eMICP # 1 to maintain consistent configuration between the east and west coast assets. SCOPE This Purchase Order (PO) provides funding to make necessary repairs to eMICP #1 to keep it in top operating condition to meet the needs of the contingency communications mission. This PR will provide funding for the following activities: • Reseal the roof • Check all inserts for slideouts for sealing issues • Reinforce front wall/ door to minimize warping of door separate from wall • Add additional fall protection in the form of a second life line parallel to the first • Add hinges to outside access that does not have any • Touch up external access after installing hinges SECTION 508 COMPLIANCE Accessibility Requirements (Section 508) Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology (EIT), they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable EIT accessibility standards have been identified: 1.2.1 Section 508 Applicable EIT Accessibility Standards 36 CFR 1194.21 Software Applications and Operating Systems, applies to all EIT software applications and operating systems procured or developed under this work statement including but not limited to GOTS and COTS software. In addition, this standard is to be applied to Web-based applications when needed to fulfill the functional performance criteria. This standard also applies to some Web based applications as described within 36 CFR 1194.22. 36 CFR 1194.22 Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous Javascript and XML (AJAX) then 1194.21 Software standards also apply to fulfill functional performance criteria. 36 CFR 1194.31 Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required 1194.31 Functional Performance Criteria, they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. 1.2.2 Section 508 Applicable Exceptions Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.3(b) Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. 1.2.3 Section 508 Compliance Requirements 36 CFR 1194.2(b) (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meet some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires authorization from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. PERSONNEL Key Personnel The following are key personnel for their respective organizations during the period of performance in this SOW. 1.3.1.1 Featherlite Trailers Inc 816 7th Avenue East Cresco, IA 52136 Representatives: • Featherlite Funding/Contracting Representative: Mr. Mark Ackley Phone: (563)547-6186 Email: mackley@fthr.com • Featherlite Technical Representative: Mr. Brian Foster Phone: (563)547-7048 Email: bfoster@fthr.com 1.3.1.2 USCG Command, Control and Communications Engineering Center (C3CEN), 4000 Coast Guard Blvd, Portsmouth, VA 23703- Representatives: • USCG Funding Representative • Contracting Representative: Mr. James Lassiter, phone number (757)686-2149 • USCG Technical Representative: LT Jennifer Rogers, USCG C3CEN CAMS PL, phone number (757) 686-2152, • USCG Project Manager: LT Jennifer Roger, USCG C3CEN CAMS PL, phone number: (757) 686-2152 Qualified Personnel The Contractor shall provide qualified personnel to perform all requirements specified in contracts awarded under this CONTRACT. All Contractor employees providing support under this CONTRACT shall also be citizens of the United States. Personnel Identification Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. Personnel Conduct Personnel shall comply with all applicable Government regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, "off limits" areas and possession of weapons) when working on Coast Guard assets. Featherlite shall ensure personnel present a professional appearance at all times. Personnel conduct shall not reflect discredit on the United States, the Department of Homeland Security (DHS), or the U.S. Coast Guard. Removing Personnel The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U.S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any contract awarded under this CONTRACT. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. Conflict of Interest The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. Replacing Personnel Before replacing any personnel designated as Key, the Contractor shall: • Notify CG C4IT Service Center Contracting Officer and COTR at least fifteen (15) business days prior to replacing personnel; • Submit written justification for replacement; and • Provide the name and qualifications of any proposed substitute(s). Note: All proposed substitutes shall possess qualifications equal to or superior to those of Key personnel being replaced. Key personnel shall not be replaced without written notification to C4IT Service Center CPD/CAMS-PL may request additional personnel as Key under this contract. Sub-contracting This CONTRACT is a binding agreement between Featherlite and the USCG. As such, Featherlite is responsible for performance of all requirements delineated within it. Featherlite may choose to sub-contract some of the tasks outlined in the CONTRACT. If so, Featherlite shall ensure all products delivered by sub-contractor(s) comply with requirements of this CONTRACT. Note: Featherlite shall be accountable for sub-contractor compliance to the requirement of this CONTRACT. SECURITY 1.4.1 Security Clearance Contractor access to classified information is not required under this procurement. 1.4.1.1 Requirements for Handling Sensitive and/or Proprietary Information: All hardware, software, and services provided must be compliant in accordance with 140-01 Information Technology Systems Security and the DHS Sensitive Systems Handbooks 4300A or 4300B for Classified Systems and 4300C for Top Secret Systems or "All services provided under this task order must be compliant with DHS 4300A, DHS Information Security Policy and 4300A Sensitive Systems Handbook. Access to Unclassified Facilities, Information Technology Resources, and Sensitive Information, the assurance of the security of unclassified facilities, Information Technology (IT) resources, and sensitive information during the acquisition process and contract performance are essential to the DHS mission. DHS Management Directive (MD) 11042.1 Safeguarding Sensitive But Unclassified (For Official Use Only) Information, describes how contractors must handle sensitive but unclassified information. DHS MD 140.01 Information Technology Systems Security and the DHS Sensitive Systems Handbook prescribe policies and procedures on security for IT resources. Contractors shall comply with these policies and procedures, any replacement publications, or any other current or future DHS policies and procedures covering contractors specifically for all Task Orders that require access to DHS facilities, IT resources or sensitive information. Contractors shall not use or redistribute any DHS information processed, stored, or transmitted by the contractor except as specified in the task order. 1.4.2 Security Review The Government may elect to conduct periodic reviews to ensure that the security requirements contained in this contract are being implemented and enforced. The Contractor shall afford the DHS including the organization of the DHS Office of the Chief Information Officer, the Office of the Inspector General, authorized Contracting Officer's Technical Representative (COTR), and other government oversight organizations, access to the Contractor's facilities, installations, operations, documentation, databases, and personnel used in the performance of this contract. The Contractor will contact the DHS Chief Information Security Officer to coordinate and participate in the review and inspection activity of government oversight organizations external to the DHS. Access shall be provided, to the extent necessary, for the government to carry out a program of inspection, investigation, and audit, to safeguard against threats and hazards to the integrity, availability, and confidentiality of DHS data or the function of computer systems operated on behalf of the DHS, and to preserve evidence of computer crime. 1.4.3 Security Certification/Accreditation • All hardware, software, and services provided under this task order must be compliant with DHS 4300A DHS Sensitive System Policy and the DHS 4300A Sensitive Systems Handbook. • Access to Unclassified Facilities, Information Technology Resources, and Sensitive Information The assurance of the security of unclassified facilities, Information Technology (IT) resources, and sensitive information during the acquisition process and contract performance are essential to the DHS mission. DHS Management Directive (MD) 11042.1 Safeguarding Sensitive But Unclassified (For Official Use Only) Information, describes how contractors must handle sensitive but unclassified information. DHS MD 4300.1 Information Technology Systems Security and the DHS Sensitive Systems Handbook prescribe policies and procedures on security for IT resources. Contractors shall comply with these policies and procedures, any replacement publications, or any other current or future DHS policies and procedures covering contractors specifically for all Task Orders that require access to DHS facilities, IT resources or sensitive information. Contractors shall not use or redistribute any DHS information processed, stored, or transmitted by the contractor except as specified in the task order. • HSAR 3052.204-70 Security Requirements for Unclassified Information Technology Resources Clause (JUN 2006) o The Contractor shall be responsible for Information Technology (IT) security for all systems connected to a DHS network or operated by the Contractor for DHS, regardless of location. This clause applies to all or any part of the contract that includes information technology resources or services for which the Contractor must have physical or electronic access to sensitive information contained in DHS unclassified systems that directly support the agency's mission. o The Contractor shall provide, implement, and maintain an IT Security Plan. This plan shall describe the processes and procedures that will be followed to ensure appropriate security of IT resources that are developed, processed, or used under this contract. (a) Within 30 days after contract award, the contractor shall submit for approval its IT Security Plan, which shall be consistent with and further detail the approach contained in the offeror's proposal. The plan, as approved by the Contracting Officer, shall be incorporated into the contract as a compliance document. (b) The Contractor's IT Security Plan shall comply with Federal laws that include, but are not limited to, the Computer Security Act of 1987 (40 U.S.C. 1441 et seq.); the Government Information Security Reform Act of 2000; and the Federal Information Security Management Act of 2002; and with Federal policies and procedures that include, but are not limited to, OMB Circular A-130. (c) The security plan shall specifically include instructions regarding handling and protecting sensitive information at the Contractor's site (including any information stored, processed, or transmitted using the Contractor's computer systems), and the secure management, operation, maintenance, programming, and system administration of computer systems, networks, and telecommunications systems. o Examples of tasks that require security provisions include-- (a) Acquisition, transmission or analysis of data owned by DHS with significant replacement cost should the contractor's copy be corrupted; and (b) Access to DHS networks or computers at a level beyond that granted the general public (e.g., such as bypassing a firewall). (c) At the expiration of the contract, the contractor shall return all sensitive DHS information and IT resources provided to the contractor during the contract, and certify that all non-public DHS information has been purged from any contractor-owned system. Components shall conduct reviews to ensure that the security requirements in the contract are implemented and enforced. o Within 6 months after contract award, the contractor shall submit written proof of IT Security accreditation to DHS for approval by the DHS Contracting Officer. Accreditation will proceed according to the criteria of the DHS Sensitive System Policy Publication, 4300A (Version 5.5, September 30, 2007) or any replacement publication, which the Contracting Officer will provide upon request. This accreditation will include a final security plan, risk assessment, security test and evaluation, and disaster recovery plan/continuity of operations plan. This accreditation, when accepted by the Contracting Officer, shall be incorporated into the contract as a compliance document. The contractor shall comply with the approved accreditation documentation. • HSAR 3052.204-71 Contractor Employee Access (2006) CONTRACTOR EMPLOYEE ACCESS (JUN 2006) o Sensitive Information, as used in this Chapter, means any information, the loss, misuse, disclosure, or unauthorized access to or modification of which could adversely affect the national or homeland security interest, or the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (a) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (b) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of SSI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (c) Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and, (d) Any information that is designated "sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. o "Information Technology Resources" include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. o Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. o The Contracting Officer may require the contractor to prohibit individuals from working on the contract if the government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. o Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those contractor employees authorized access to sensitive information, the contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. o The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. o Each individual employed under the contract shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by a Permanent Resident Card (USCIS I-551). Any exceptions must be approved by the Department's Chief Security Officer or designee. o Contractors shall identify in their proposals, the names and citizenship of all non-U.S. citizens proposed to work under the contract. Any additions or deletions of non-U.S. citizens after contract award shall also be reported to the contracting officer. 1.4.4 Encryption N/A 1.4.5 Publications HSAR 3004.470-2 (a) DHS's policies and procedures on contractor personnel security requirements are set forth in various management directives (MDs). MD 4300.1, entitled Information Technology Systems Security, and the DHS Sensitive Systems Handbook, prescribe the policies and procedures on security for Information Technology resources. MD 11042.1, Safeguarding Sensitive But Unclassified (For Official Use only) Information describes how contractors must handle sensitive but unclassified information. Compliance with these policies and procedures, any replacement publications, or any other current or future DHS policies and procedures, covering contractors specifically, is required in all contracts that require access to facilities, IT resources or sensitive information. (b) The contractor must not use or redistribute any DHS information processed, stored, or transmitted by the contractor except as specified in the contract. PERIOD OF PERFORMANCE September 30, 2013 - August 30, 2014 PLACE OF PERFORMANCE Featherlite Trailers Inc., Cresco IA. DESCRIPTION OF WORK: This PO provides funding to make necessary repairs to eMICP #1. Under this PO, Featherlite shall provide all resources necessary for the repair. This PO will provide funding for the following activities: A Roof Reseal B Check all inserts and slideouts for sealing issues, fix any that exist C Reinforce front wall to prevent door and jam misalignment D Fix back deck plate so that it is no longer warped E Add hinges to external access that is without, and touch up door F Add additional safety line to roof that parallels existing SYSTEM SUPPORT REQUIREMENTS This SOW does not include maintenance and technical support (life cycle support) that may be required after the delivery of eMICP #1 to the USCG. TRAVEL No travel required on the part of the Contractor. It is the responsibility of the USCG to transport the eMICP. GOVERNMENT TERMS AND DEFINITIONS 2.1 COTR - Contracting Officer Technical Review 2.2 C3CEN - Command, Control, and Communications Engineering Center 2.3 DHS - Department of Homeland Security 2.4 FTR - Federal Travel Regulations 2.5 NTIA - National Telecommunications Information Agency 2.6 USCG - United States Coast Guard JUSTIFICATION FOR OTHER THEN FULL AND OPEN COMPETITION (1) Agency and Contracting Activity - U.S. Coast Guard, C3CEN CAMS/COMMSTA Product Line, proposes to enter into a contract on a basis other than full and open competition and hereby presents this Justification for other Than Full and Open Competition (J&A) for review and approval. (2) Nature and/or Description of the Action Being Approved - This J&A seeks approval to contract for structural repairs on the enhanced Mobile Incident Command Post (referred to as eMICP#1) in order to maintain the eMICP to full operational status. Due to pertinent low level schematics being the sole proprietary property of the original equipment manufacturer (OEM), Featherlite Incorporated, 816 7th Avenue East, Cresco, IA., all standardization work requiring access to those documents will necessitate that Featherlite Inc. be the sole service provider. Request approval to proceed with this acquisition utilizing a firm-fixed-price contract for the purchase of parts and labor necessary to realize full repairs to eMICP#1. It is anticipated that one purchase order will be negotiated and awarded. (3) Description of Supplies/Services- The requirement is to procure repairs that have been identified as necessary to maintain eMICP#1 in fully operational capability. Repairs will include, but are not limited to: resealing the roof, repairing water damaged sections, and strengthen the front wall against warping. This process will prevent eMICP # 1 from sustaining the same damage that eMICP # 2 recently suffered, allowing it to fulfill its operational capabilities. (4) Identification of Statutory Authority Permitting Other Than Full and Open Competition- 41 U.S.C 428 (a) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". Only the OEM, Featherlite Incorporated, is capable of satisfying agency requirements. (5) Demonstration That the nature of the Acquisition Requires Use of the Authority Cited - Featherlite Incorporated is the sole developer and manufacturer of all fundamental electrical, mechanical, and structural systems inherent in eMICP#1. This exclusivity also includes ownership of all primary diagrams, schematics, and blueprints which are critical to the repair effort. Featherlite Inc.'s proprietary knowledge base, coupled with a workforce that is intimately familiar with the asset and an active facility capable of meeting the USCG demands demonstrates the aforementioned authority to be the only supplier capable of meeting all standardization requirements. (6) Description of Efforts made to Ensure that Offers are Solicited from as Many Potential Sources as is Practicable - In accordance with FAR 5.201, the intent to contract for the repair of eMICP#1 will be advertised in the Electronic Posting System (EPS), Federal Business Opportunities (FBO) as a combined synopsis solicitation under streamlined acquisition procedures for commercial items utilizing FAR Part 12. Any responsible offers will be considered. (7) Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable - The contracting officer will determine that the anticipated prices will be fair and reasonable based on purchasing history of previously negotiated procurements, comparison with previously developed mobile command posts, and comparison with similar services in the commercial marketplace. (8) Description of market Research - eMICP#1 is not logistically supported by other Government agencies. Featherlite Inc., the OEM, is the sole developer of eMICPs. As such, any other vender would need to acquire all necessary proprietary documents from Featherlite Inc., thus increasing costs and time associated with the standardization effort. Further factors limiting potential vendors include the immediate capacity to modify and transport equipment weighing approximately 57,000LBs, with an approximate height of 13FT, a length of approximately 54FT, and a width of approximately 20.5FT fully extended. (9) Any other Facts Support the Use of Other Than Full and Open Competition, i.e.. proprietary data packages, etc - As the OEM, Featherlite Inc personnel are knowledgeable about the operation of the eMICP. In order to access the trailer, the unit must be leveled, the slide outs extended and the folding lift gate opened and lowered. The risk of operator error causing damage is minimized by utilizing the OEM who is intimately familiar with the set up procedures. (10) A Listing of the Sources, if Any, That expressed In writing, an Interest in the Acquisition - None know at this time. (11) A Statement of the Actions, if Any, the Agency May take to Remove or Overcome Any Barriers to Competition Before Any Subsequent Acquisitions for the Supplies or Services Required - None at this time (12) Contracting Officer's Certification - I certify that the data supporting the recommended use of the other than full and open competition is accurate and complete to the best of my knowledge and belief. (Signature on file) James A. Lassiter Contracting Officer (13) Technical/Requirements Personnel Certification - I certify this requirement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate. (Signature on file) Jennifer Rogers, LT Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PC4088/listing.html)
 
Record
SN03180921-W 20130911/130910000218-d5e2d1e271034521c1977107c333c3f0 (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.