Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2013 FBO #4317
SOLICITATION NOTICE

59 -- Purchase of RedBox Items and Services

Notice Date
9/17/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
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-PC2339
 
Archive Date
10/8/2013
 
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-PC2339. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. This procurement will be processed in accordance with FAR Parts 12 and Part 13. The North American Industry Classification System (NAICS) is 517911. The SBA size standard is 1500 employees. This is NOT a Small Business Set-Aside, due to this acquisition being a Brand Name Procurement. The items are to be "Name Brand" by RedBox. It is not anticipated that there will be two (2) or more qualified Small Business Concerns to provide pricing for this requirement in accordance with FAR 19.502(a). 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 as requested are 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. The Required Delivery Date is thirty (30) days after receipt of order (ARO). All items are required to be shipped to USCG C3CEN, 4000 Coast Guard Blvd, Portsmouth, Virginia 23703. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by 23 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 must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) discount offered for prompt payment, (7) Company DUNS and Cage Code. Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil. SCHEDULE B Line Item 1: Two (2) each of: Redbox Analog Input Voice Logger 32 Analog Recording Channels, 6U Server, Quantify Software Version 2.0, Part Number: RBR2610 Line Item 2: One (1) job each: Redbox authorized technician travel to C3CEN to conduct upgrade/installation. Step by Step Installation Guide for future installs. Line Item 3: One (1) each of: Shipping (if applicable) Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil. STATEMENT OF WORK (SOW) SHORT TITLE: Two separate Redbox Installation, Administrative and Operational Training sessions. 1. PLACE/PERIOD OF PERFORMANCE: U.S. Coast Guard C3CEN 4000 Coast Guard Blvd. Portsmouth, VA. 23703 Dates for travel/training will be determined at a later time. 2. REFERENCES: Not applicable. 3. SECURITY REQUIREMENTS: Not applicable. 4. PURCHASE ORDER MANAGEMENT DESIGNATION: a. The Program point of contact (POC) for this purchase order is Mr. LaRon Beddingfield, C3CEN, who can be reached at (757) 686-2140. b. The Contractual POC for this purchase order is Mr. James A Lassiter, C3CEN, who can be reached at (757) 686-2149. 5. DESCRIPTION OF WORK: 5.1 Scope: a. Provide Redbox Installation, Upgrade, Administration, and Training to C3CEN Engineering, Administrators and Support personnel. In addition, Provide set-by step installation/upgrade guide for future installations of Redbox Recorder for C3CEN Engineering, Administrators and Support personnel. The installation/ training session will take two days to complete. b. Future travel onsite to a Vessel Traffic Center (VTC) location/Date TBD by C3CEN and conduct installation/upgrade/Training and Project Management assistance in support of Redbox recorder. The installation/ training session will take two days to complete. 5.1.1 Task: Delivery of the Install, Upgrade, and Training will include, but not be limited to, the following: a. Provide Redbox Installation Training for 15 Engineering, Admin, and Support personnel. b. Provide Redbox Upgrade training for 15 Engineering, Admin, and Support personnel. c. Provide Redbox Operational training for Engineering, Admin, and Support personnel. d. Provide Redbox End-User Training for 15 Engineering, Admin, and Support personnel. e. Provide Redbox Administrative training for 15 Engineering, Admin, and Support personnel. f. Provide Step-by-Step installation/upgrade guide for future Redbox installations/upgrades. 6. GOVERNMENT-FURISHED PROPERTY (GFP): The government will provide the training facility/room. 7. TRAVEL AND SUBSISTENCE/PER DIEM REQUIREMENTS: Contractor will be required to travel onsite to C3CEN, 4000 Coast Guard Blvd, Portsmouth, Virginia 23703 on a date to be determined later. In addition, Contractor will be required to travel to an additional VTC location/Date to be determined by C3CEN and perform duties noted in section 5.1. Contractor is responsible for all travel and related expenses. 8. DATA DELIVERABLES: The government requires that the contractor will provide a Step-by-Step installation/upgrade guide for future Redbox installations/upgrades. 9. OTHER CONDITIONS/REQUIREMENTS: 9.1. Place and Hours of Performance: a. The training will be held on site at C3CEN Portsmouth, VA. (On-Site POC: Mr. LaRon Beddingfield) (757-686-2140) (LaRon.Beddingfield@uscg.mil) b. Secondary POC is William Lipscomb (757-638-2771) (William.R.Lipscomb@uscg.mil) c. Workshop hours will be from 0800-1600. A one hour break for lunch will be scheduled between these hours. 9.2 Quality Assurance Provisions: 9.2.1 Compliance: The Contractor shall ensure that delivered tasks meet all standards and guidelines provided in this contract and in applicable regulations and directives. 9.2.2 Acceptance: A Coast Guard Representative will review Step-by-Step installation/upgrade guide for future Redbox installations/upgrades for accuracy. PROVISIONS / CLAUSES • The Following FAR Provisions and Clauses 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, Central Contractor Registration 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: CECEN is installing a new Redbox Recorder in the VTS Lab for the support testing baseline. Currently, the C3CEN VTS lab has one (1) Redbox Recorder installed on engineering baseline. However, an additional Redbox Recorder is needed for the support testing baseline. 3. Description of supplies or services required to meet the agency's needs (including the estimated value): Two (2) each of: Redbox Analog Input Voice Logger 32 Analog Recording Channels, 6U Server, Quantify Software Version 2.0, Part Number: RBR2610 One (1) job each: Redbox authorized technician travel to C3CEN to conduct upgrade/installation. Step by Step Installation Guide for future installs. Estimated Value: 36,000.00. 4. An Identification of the statutory authority permitting other than Full and Open Competition: The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c) (1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 (c) entitled "Application for brand-name descriptions". 5. A Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The Redbox Analog input voice logger has been tested and installed at other Vessel Traffic System sites. The Redbox Analog input voice logger is used to record and playback audio traffic on the PAWSS system. The Redbox Analog input voice logger has proven to be reliable and has been used at many Coast Guard PAWSS installations. 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: A RFQ will be posted on FedBizOps with a statement that any vendor that feels they can provide these items may provide a quotation. 7. Determination by the Contracting Officer that the anticipated cost to the government will be fair and reasonable: Equipment has been previously procured for a similar price. 8. Description of Market Research conducted (see Part 10) and the results or a statement of the reason market research was not conducted: Internet searches were conducted and it was determined that there are contractors that can provide this brand specific item. 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: None 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. James A. 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 LaRon Beddingfield Sr. Technical Representative Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PC2339/listing.html)
 
Record
SN03191813-W 20130919/130918000340-465daee831770a342a1688b2cc5de84e (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.