Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2015 FBO #4991
SOLICITATION NOTICE

D -- Purchase of Repair Services to Syncro Cards - Sole Source Document

Notice Date
7/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCG44-15-Q-PC8157
 
Archive Date
8/14/2015
 
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
Sole Source Justification 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 HSCG44-15-Q-PC8157. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-82. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 811212. The SBA size standard $27.5 M. 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. Substitute Service will NOT be considered for Award. See Justification 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 Kongsberg GlobalSim Inc. for the purchase of: Service to Repair and Test all of the WLM COTS and TUE Interface boards IAW the Statement of Work (SOW) at the Contractors Facility. 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 and proposals received 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 Kongsberg GlobalSim Inc., Cage Code: 1SB73. A SAMS Contractor Verification Information search was conducted on Jul/22/2015 by the Contracting Officer listed below. This is considered to be a Sole Source Acquisition. See attached Justification. 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. All Parts are to be NEW items. Used or Refurbished items are NOT acceptable. Any Contractors that are authorized Repair Representatives of Kongsberg GlobalSim Inc., is encouraged to provide a Firm Fixed Price Quotation IRT this 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 Best Value to the Government, price and other factors considered. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by Jul/30/2015 @ 10:00 AM EST. 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. Anticipated Award Date for the PO Contract is Jul/30/2015, this date is approximate and not exact. Please Email Your Response to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming Services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. SCHEDULE B: Service to Repair and Test all of the WLM COTS and TUE Interface boards IAW the Statement of Work (SOW) Line Item 1: 1 JB of - Labor cost for Equipment Testing, IAW with the Statement of Work (SOW) ______________________________ Line Item 2: 1 JB of - Material Cost IAW with the Statement of Work (SOW) ______________________ Line Item 3: 1 EA of - Return Shipping ________________________ Total Cost for Line Items -1-3:_________________________ NOTE: The Service Contract Act will not apply to the Service Contract due to the Services will be performed by Professional Employees IAW FAR 22.1101. The Services will be performed by IT Engineers. The Following FAR Provisions/Clauses apply to this Solicitation: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). 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 2014) to include Alt I (Dec 2014). 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. • The Following Clauses apply to this Solicitation and awarded contract. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Dec 2014) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2014) 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 (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 (Jan 2014) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (May 2007) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-50 -- Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (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 https://www.acquisition.gov/far NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management (Jul 2013) and FAR Provision 52.204-8, Annual Representations and Certifications (Dec 2014). 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. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. STATEMENT OF WORK SHORT TITLE: SERVICES FOR THE REPAIR OF THREE 2-CH SYNCHRO CARDS AND TWO 1-CH SYNCHRO CARDS 1. PLACE(S) OF PERFORMANCE: a. Contractor's Facility 2. REFERENCES: a. MIL-STD-129P - Military Marking for Shipment and Storage b. MIL-STD-130M - Identification Marking of Military Property c. MILSTD-1189B - Bar Coding d. MIL-STD-2073-1E - Standard Practice for Military Packaging 3. DHS Enterprise Architecture Compliance The Integrated Ship Control Training System (ISCTS) and its components are not part of the DHS Enterprise Architecture so compliance is not applicable. 4. SECURITY REQUIREMENTS: Contractor employee access to classified, and sensitive but unclassified (for-official-use-only) information is not required. 5. CONTRACT MANAGEMENT DESIGNATION: Contracting Officer Representative (COR) is LT Adam Reckley, who can be reached at (757) 686-6816. 6. DESCRIPTION OF WORK: 6.1. Scope: The goal of this contract is to complete repairs upon on three 2-CH Synchro cards and two 1-CH Synchro cards for the in the Integrated Ship Control Training System (ISCTS) in the WLM lab at C3CEN. 6.2. Background: This contract provides for the repair of three 2-CH Synchro cards and two 1-CH Synchro cards. The ISCTS in the WLM lab at C3CEN has recently suffered a significant casualty that rendered the lab unavailable for the training of Coast Guard operators and maintainers. During the repair of the ISCTS, it was discovered that three 2-CH and two 1-CH Synchro cards were no longer operational. These cards are an integral part of the ISCTS operation and it is critical that they be repaired since they are no longer manufactured. The O.E.M is the sole possessor of the drawings and other technical information that is required for the effective repair of these Synchro cards. 6.3 Requirement: 6.3.1 The contractor shall repair three (3) 2-CH D/S (26-volt), 2-CH S/D Synchro Cards, Product Number: IBBK1B1K1B1-X. 6.3.2 The contractor shall repair two (2) 2-CH D/S (115-volt), 1-CH D/S (26 volt) 1-CH S/D Synchro Cards, Product Number IBBK4K4K1B1-XM. 6.3.3 The contractor shall ship the repaired synchro cards to C3CEN no later than 120 days after the receipt of order in accordance with Section 14. 7. GOVERNMENT FURNISHED INFORMATION (GFI): 7.1 The Government will make all available C3CEN held ISCTS and synchro card documentation available to the contractor. 7.2 The contractor shall return GFI to the COR upon completion of this contract 8. GOVERNMENT FURNISHED MATERIAL (GFM): 8.1 The Government does not intend to furnish any Government Furnished Material (GFM). 9. GOVERNMENT FURNISHED EQUIPMENT (GFE): 9.1 The Government will provide three (3) inoperable 2-CH D/S (26-volt), 2-CH S/D Synchro Cards, Product Number: IBBK1B1K1B1-X. 9.2 The Government will provide two (2) inoperable 2-CH D/S (115-volt), 1-CH D/S (26 volt) 1-CH S/D Synchro Cards, Product Number IBBK4K4K1B1-XM. 10. CONTRACTOR ACQUIRED PROPERTY (CAP): 10.1 Contractor Acquired Property (CAP) will not be required for the completion of this contract. 11. CONTRACTOR FURNISHED MATERIAL AND SERVICES (CFM): 11.1 The contractor shall provide tools, parts, and technical documentation required to repair the synchro cards. 12. TRAVEL REQUIREMENTS: No travel necessary for the completion of this contract. 13. TRANSPORTATION OF EQUIPMENT/MATERIAL: The contractor shall ship all synchro cards to the address listed below. The shipping shall be done in accordance with references a-d. Point of Contact for shipping is Paul Robertson, (757) 499-3900 Ext. 3458. ATTN: Roxanna Stephan CT-N1 C3CEN 4000 Coast Guard Blvd Portsmouth, VA 23703 14. DATA DELIVERABLES: 14.1 The contractor shall provide the repaired synchro cards no later than 120 days after the receipt of order. Accelerated delivery is acceptable. 14.2 The contractor shall provide an operations/user manual with each unit repaired. The contractor shall provide unlimited data rights for any manual or instruction materials furnished in accordance with the Federal Acquisition Regulation (FAR) 52.227-14(b)(iii). 15. SUB-CONTRACTING REQUIREMENTS: Sub-contracting will not be required for the completion of this contract. 16. ACCEPTANCE PLAN: 16.1. Quality Assurance Provisions 16.1.1. Compliance: The contractor shall certify in writing to the COR that each synchro card is fully operational 17. OTHER CONDITIONS/REQUIREMENTS: 17.1 Place of Performance 17.1.1 Place of Performance: Work is to be performed at the Contractor's Facility. 17.3. Government required/provided training: N/A 17.4 SECTION 508 OAST COMPLIANCE. No Software or Hardware will be delivered or tested under this SOW. SECTION 508 OAST is not applicable. The system being repaired falls under a National Exemption 18. LIST OF ATTACHMENTS: None
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/12f9e35313614738e6f0b7e3a8af8d10)
 
Record
SN03806258-W 20150724/150722235638-12f9e35313614738e6f0b7e3a8af8d10 (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.