Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2013 FBO #4381
SOLICITATION NOTICE

58 -- Purchase of VHF Communication Items

Notice Date
11/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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
HSCG44-14-Q-90HR37
 
Archive Date
12/12/2013
 
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 HSCG44-14-Q-90HR37. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70. This procurement will be processed in accordance with FAR Parts 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) is 334220. The SBA size standard is 750 employees. 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), therefore This IS NOT a Small Business Set-Aside. The Items are to be Brand Specific, the brand required is Zetron, Any Authorized Distributor of Zetron items that feels that they can provide the items exactly as stated is encouraged to provide a Firm-Fixed Price (FFP) Cost Quotation in response to this RFQ Solicitation. Zetron Inc is the Original Equipment Manufacture OEM of the Items required. IAW FAR Part-6.302-1(c) for Brand Name Specific Items attached below is the Justification For Other Than Full and Open Competition, JOTFOC. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth Va, 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. All Items are to be NEW ITEMS. Used or Refurbished items are NOT acceptable and will not be considered for Award. Any Authorized Distributor of Zetron items that feels that they can provide the items exactly as stated is encouraged to provide a Firm-Fixed Price (FFP) Cost Quotation in response to this RFQ 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: 23452. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by 27 November 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: One (1) each of: ZETRON Four Position Bundled 4048 RD/M4217, 14-Channels Positions: (4) Integrator RD Clients / M4217s and PC Workstations Common Control Equipment: (2) M4048 PSUs, (1) M4048 Console Card Cage, (1) M4048Channel Card Cage Cards: (2) System Traffic Cards, (4) Console Interface Cards (7) Dual Channel Tone/Local T/R Control Cards, Part Number: 905-0310 Line Item 2: Six (6) each of: ZETRON Integrator IRR Package (license required see 930-0048 below). Includes Integrator IRR CDROM and radio/telephone interface. Speakers not included, Part Number: 930-0247 Line Item 3: Six (6) each of: ZETRON Integrator IRR Full Protection License, Part Number: 930-0048 Line Item 4: Six (6) each of: ZETRON IRR Multi-media Desktop PC Speakers, Part Number: 802-5006 Line Item 5: Six (6) each of: ZETRON 5.25" CRT Base Mounts a M4217 and is deep enough to stand a monitor on, Part Number 400-0205 Line Item 6: One (1) each of: Shipping (if applicable) Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil. PROVISIONS / CLAUSES • The Following FAR Provisions and Clauses apply to this Acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jul 2013) 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 (Aug 2013) to include Alt I (Apr 2011). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sep 2013) with the following addenda's. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Sep 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 System for Award Management (SAM) (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - 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 52.223-18 - 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 (Jul 2013) (31 U.S.C. 3332) FAR 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) • 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 for Award Management 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 SAM accessed via https://www.acquisition.gov as a part of required registration (see FAR 4.1102). 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 (JOTFOC) 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: Procurement of Brand Specific and model specific VHF communications equipment for Vessel Traffic Service Houston - Galveston. 3. Description of supplies or services required to meet the agency's needs (including the estimated value): The proposed acquisition consists of the following: Zetron Four Position Bundled 4048 RD/M4217, 14-Channels Positions: (4) Integrator RD Clients / M4217s and PC Workstations Common Control Equipment: (2) M4048 PSUs, (1) M4048 Console Card Cage, (1) M4048Channel Card Cage Cards: (2) System Traffic Cards, (4) Console Interface Cards (7) Dual Channel Tone/Local T/R Control Cards, Part Number: 905-0310 Zetron Integrator IRR Package (license required see 930-0048 below). Includes Integrator IRR CDROM and radio/telephone interface. Speakers not included, Part Number: 930-0247 Zetron Integrator IRR Full Protection License, Part Number: 930-0048 Zetron IRR Multi-media Desktop PC Speakers, Part Number: 802-5006 Zetron 5.25" CRT Base Mounts a M4217 and is deep enough to stand a monitor on, Part Number 400-0205 Estimated Value: $95,000.00 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 entitled, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." And 6.302-1(c) Application of Brand Named Description. Zetron is the Specific Brand required, and Zetron Inc is the Original Equipment Manufacturer (OEM). 5. A Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The USCG is required to provide radio services to mariners in the VTS Houston-Galveston area. A Zetron system is currently deployed to meet this need. The system consists of deployed radio transceivers, a core unit located at the Sector and networking between the transceivers and the Sector. The office is relocating. During the relocation radio services must be continuously available; no down time. This procurement acquires a separate core system to be installed at the new location. During the transition, the core system at the old location and the new location will both be able to utilize the deployed transceivers via the existing network. Both locations accessing the transceivers will allow the continuous availability of VTS radio services. 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 Brand Specific RFQ will be posted to the Government Point of Entry (GPE) FedBizOps with the statement, "Any Authorized Distributor that feels that they can provide the items exactly as stated may provide Firm-Fixed Price (FFP) Cost Quotation in reply to this posting. " 7. Determination by the Contracting Officer that the anticipated cost to the government will be fair and reasonable: Fair and Reasonable will be determined with the comparison of past purchases of Zetron items. 8. Description of Market Research conducted (see Part 10) and the results or a statement of the reason market research was not conducted: A search of the items was conducted using the Internet. A listing of authorized Zetron distributors was located. Market Research showed Zetron Inc. is the Original Equipment Manufacturer. This FBO RFQ is for 5 of the Items required, Market Research showed the other 13 required items listed on the Procurement Request were available via GSA, and a GSA RFQ has been posted via GSA E-buy for those 13 items. 9. Any other facts supporting the use of other than full and open competition: This procurement is to buy a component which will interface with the existing system. This same Zetron system has been deployed as a standard configuration item throughout the Vessel Traffic Centers (VTC) in the USCG. Reengineering the Vessel Traffic System to include new communication controllers would involve considerable rework and expense: the purchase of spares for the depot, and retraining of maintenance personnel would cost will be over $150,000.00 at each VTC Locations. 10. Listing of sources, if any, that expressed, in writing, an interest in the acquisition: No other interest has been expressed. 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 LT Art Plummer Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-14-Q-90HR37/listing.html)
 
Record
SN03238320-W 20131122/131120235001-9a51c47b97f1374d18795046452a7ab3 (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.