Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 27, 2013 FBO #4386
SOLICITATION NOTICE

D -- Purchase of Alderbaran Technical Support

Notice Date
11/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
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-PC8006
 
Archive Date
12/17/2013
 
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-PC8006. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-70. This procurement will be processed in accordance with FAR Parts 12 and 13. The North American Industry Classification System (NAICS) is 541511. The SBA size standard is $25.5M. 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. See Justification for Other than Full and Open Competition (JOTFOC) below. The USCG Command, Control and Communication Engineering. Center (C3CEN) Portsmouth, VA. 23703 intends to purchase on a non-competitive basis by awarding a Firm Fixed Price Purchase Order to ICAN Inc. of Huntsville, AL for Annual Warranty and Technical Support Services Agreement for a Base Period of Performance (POP) of One Year with an option to extend services for an additional 12 months of services. The Service Agreement is for ICAN Aldebaran II ECS Investment Protection (IT) Technical Support and Warranty Service for the USCG's 18 Cutters, 2 Boats, and 9 shore activities that utilize the Aldebaran II ECS Software. These locations are identified below. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. Note: The Government/USCG reserves the right to Award on an All or None Basis that is the Gov may issue a PO Contract to the Offeror that submits the lowest aggregate price rather than issue a PO Contract to each Offeror on the basis of the lowest Quotation on each item. The proposed contract action resulting from this synopsis/solicitation for commercial supplies 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: ICAN Inc., Cage Code: 3GV15. A SAMS/BINCS Contractor Verification Information search was conducted on Nov/21/2013 by the Contracting Officer listed below. This is considered to be a Sole Source Acquisition. See attached Justification for Other Than Full and Open Competition (JOTFOC). Any Contractors that are authorized Distributors of Aldebaran Software Services are encouraged to provide a Firm Fixed Price Quote in response to this RFQ Solicitation. The 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 Best Value to the Government, price and other factors considered. The Required Delivery Date is 30 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN 4000 Coast Guard Blvd. Portsmouth, VA 23703. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by Dec/2/2013 @ 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/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals shall 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 Beverly A. Turman-Dawson, Acquisition Specialist, Beverly.A.Turman-Dawson@uscg.mil. Anticipated Award Date for the PO Contract is Dec/3/2013, this date is approximate and not exact. Schedule B: Line Item 1: Base Year: 1 Year (12 Month) of Investment Protection, Technical Support and Warranty Services for 29 Aldebaran II ECS Software Licenses Unit Price Per License- ______________ Total Cost for 12 Month Base Period ________________ Line Item 2: Option Year: 1 Year (12 Month) of Investment Protection, Technical Support and Warranty Services for 29 Aldebaran II ECS Software Licenses Unit Price Per License- ______________ Total Cost for 12 Month Option Period ________________ Period of Performance (POP) Base Year: 1 Year from date of award (Anticipated Start: 12/3/2013 - 12/2/2014 Option Year: Start date: 12/3/2014 - END: 12/2/2015 The dates above are pending on the actual Contract Award Date NOTE: The Government is not obligated nor required to Exercise the Option Period of the Awarded Contract. Aldebaran II ECS License Location Listing 1) Cutter/Boat Name Address 2) ANT Colfax 300 Control House Road, Colfax, LA 71417 3) ANT Eufaula 180 Chewalla Road, Eufaula, AL 36072 4) 1 CGC Cheyenne 700 Coast Guard RD, Buchanan, TN 38222-7181 5) CGC Chippewa 700 Coast Guard RD, Buchanan, TN 38222-4201 6) CGC Cimarron 700 Coast Guard RD, Buchanan, TN 38222-4201 7) CGC Gasconade 9800 John J. Pershing, Omaha, NE 66112 8) CGC Greenbrier 44 L.E. Berry Road, Natchez, MS 39122-8909 9) CGC KANAWHA 4101 Port Road, Pine Bluff, AR 71611-7627 10) CGC Kankakee 2 Auction Ave, Memphis, TN 38105- (901) 544.3987 11) CGC Kickapoo 225 Coast Guard RD, Vicksburg, MS 39180-0031 12) CGC Muskingum P.O. Box 626, Sallisaw, OK 74955-0626 13) CGC Obion 201 Coast Guard Lane, Owensboro, KY 42303-0277 14) CGC Osage 300 McKown Lane, Sewickley, PA 15143-2093 15) CGC Ouchita E. Chattanooga, TN 37416-2825 16) CGC Patoka 1797 Harbor Front Road, Greenville, MS 38701-9584 17) CGC Sangamon East Peoria, IL 61601-2039 18) CGC Scioto 221 Mississippi drive, Keokuk, IA 52632-5851 19) CGC Wedge 1900 Coast Guard Drive, Demopolis, AL 36732-9999 20) CGC Wyaconda 60 East First Street, Dubuque, IA 52001-7652 USCG Sector Locations 21) Mobile, AL 22) Lower Mississippi River 23) Upper Mississippi River 24) Ohio Valley USCG Shore Units 25) USCG Headquarters 26) 8th District 27) Yorktown, VA 28) C3CEN Portsmouth, VA 29) C3CEN Portsmouth, VA 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, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 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 addendas: FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (APR 2012), OPTIONS: 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). End of Clause 52.217-9 Option to Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. 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 (CCR) (FEB 2012). Contractors are located and identified in CCR by their DUNS number.To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. 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 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (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 Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 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 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Justification for Other than Full and Open Competition 1) Agency and Contracting Activity: The US Coast Guard, Command, Control, and Communications Engineering Center (C3CEN) Portsmouth Va. 2) Nature and/or description of the action being approved: A Sole Source Procurement of ICAN Marine Aldebaran II Electronic Charting System (ECS) Investment Protection (IP), technical support, and warranty server for 29 Aldebaran ECS software licenses on Coast Guard assets. 3) Description of Services: This requirement is for Investment Protection (IP), technical support, and warranty services for 29 licenses of the Aldebaran ECS software. Estimated value for Base Year: $27,000.00 Estimated value for Option Year 1: $27,000.00 Total if option exercised: $54,000.00 4) Identification of the Statutory Authority Permitting Other Than Full and Open Competition: FAR 6.302-1 (2) (i) (A&B): ICAN Inc demonstrates a unique capability and service to provide these Technical Services. 5) Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited: ICAN is the Original Equipment Manufacturer (OEM) and only Service provider for Aldebaran II ECS Proprietary Software. Aldebaran II Software is installed on twenty Coast Guard Cutters/Vessels and at nine land/support facilities. 6) Description of Efforts Made to Ensure Offers are Solicited From as Many Potential Sources as Practicable: An RFQ will be posted on FEDBIZOPS with the statement "Any Contractors that are authorized Distributors of Aldebaran Software Services are encouraged to provide a Firm Fixed Price Quote." 7) Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The price of these services is comparable to other Technical Assist services for same services as compared to previous acquisitions. 8) Description of Market Research: Market research was conducted for similar warranty services, but ICAN Inc was found to be the Sole Provider for Aldebaran II ECS software and technical support. 9) Any Other Facts Supporting the Use of Other Than Full and Open Competition: None at this time 10) A Listing of the Sources, if Any, That Expressed, in Writing, An Interest in the Acquisition: None 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 Acquisition for Supplies or Services Required: None at this time 12) This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is determined to be fair and reasonable. James A. Lassiter, Date: Contracting Officer 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 to the best of my knowledge and belief. Brendan P. Williams, Date: Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-14-Q-PC8006/listing.html)
 
Record
SN03240819-W 20131127/131125234325-95dad613824d635b8ec76e97f1ac2301 (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.