SOLICITATION NOTICE
D -- Repair of Interface Boards - Sole Source Justification Doc
- Notice Date
- 8/3/2015
- 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-PC81571
- Archive Date
- 8/25/2015
- 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 Document 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-PC81571. 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 Aug/3/2015 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 Aug/10/2015 @ 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 Aug/10/2015, 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: __________________________ 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 WLM COTS AND TUE INTERFACE BOARDS Specifications for the WLM COTS and TUE Interface boards: The US Coast Guard Command, Control & Communications Engineering Center (C3CEN) needs to repair several WLM COTS and TUE simulator interface boards. This Statement of Work (SOW) defines the work required for the repair of WLM COTS and TUE interface boards for the WLM /WLB lab located at C3Cen. This simulator facility is used for instruction and troubleshooting by U.S. Coast Guard personnel. 1. Specific Requirements. 1.1 Item # Quantity Board Type Interface Description 1 3 COTS Relay Card 2 4 COTS 16-Channel Current Card 3 3 COTS 16-Channel Voltage Card 4 2 TUE 64-Point Relay Interface Card 5 6 TUE 64-Point 4-20 mA Interface Card 6 6 TUE 48-Point Voltage Interface Card 7 2 TUE Analog and Digital Interface Card In addition, C3CEN will need to provide the following GFE to conduct a successful testing: The items described above are currently used in the WLM /WLB lab located at C3CEN for the instruction and troubleshooting of navigation principles to U.S. Coast Guard personnel. 2.0 Deliverables 2.1 The vendor shall provide the base order below no later ninety to (120) days from the date of order. Accelerated delivery is acceptable. Item # Quantity Board Type Interface Description 1 3 COTS Relay Card 2 4 COTS 16-Channel Current Card 3 3 COTS 16-Channel Voltage Card 4 2 TUE 64-Point Relay Interface Card 5 6 TUE 64-Point 4-20 mA Interface Card 6 6 TUE 48-Point Voltage Interface Card 7 2 TUE Analog and Digital Interface Card 2.2 The manufacturer shall provide an operations/user manual with each unit purchased. The vendor shall provide unlimited data rights for any manuals or instructional materials furnished in accordance with Federal Acquisition Regulation (FAR) 52.227-14(b)(iii). 2.3 The manufacturer shall provide operational documentation (i.e. product literature, diagrams, pictures, copy of standard certificates, extended warranty, quality assurance tests, etc.) for each system component. 2.4 The manufacturer shall ship all repaired cards to the address below, packaged and labeled in accordance with ASTM D3951 Standard Practice for Commercial Packing. POC for shipping is Paul Robertson Phone # (757) 499-3900 Ext. 3458 ATTN: Andrew Bohuslav CT-N1 C3CEN 4000 Coast Guard Blvd Portsmouth, VA 23703 3.0 Warranty 3.1 Manufactures may possibly carry a one-year only manufacturer's labor (and parts, if applicable) warranty. Any warranty provision shall commence upon the item's receipt by the Coast Guard. 4.0 Supportability 4.1 None 5.0 Government Furnished Property/Equipment 5.1 None. PCI-to-ISA extender card set including cable, cards, and driver CD (CyberResearch PRO 700) 5.2 Two ISA backplanes 5.3 A1216E card (Accesio) 5.1 I/O cables used to connect the COTS boards to the TUE boards. One set for each type of COTS board 5.2 Two 64-position ribbon cables used to connect TUE board to terminal block on I/O shelf 5.3 Two 64-position terminal blocks that connect to the ribbon cables above Government Furnish Equipment will be returned to C3CEN upon completion of repairs. 6.0 Vendor Furnished Items 6.1 The vendor shall provide all equipment, materials, and documentation required for the performance of this statement of work. 7.0 Government Documents 7.1 Standards: The following standards form a part of this specification to the extent specified herein. 7.2 IEC 60945 7.3 EN 61000-4-2 ESD Performance Criteria B 7.4 EN 61000-4-3, Radiated Immunity Performance Criteria A 7.5 EN61000-4-4, EFT/B Performance Criteria B 7.6 EN61000-4-5, Surge performance Criteria B 7.7 EN61000-4-6, Conducted Immunity (RFI) Performance Criteria A 7.8 EN61000-4-11, Voltage Dips & Interruptions Performance Criteria B 8.0 Accessibility Requirements (Section 508) 8.1 Section 508 of the Rehabilitation Act as amended by the Workforce Investment Act of 1998 (P.L. 105-220), requires Federal agencies to ensure that Electronic and Information Technology (EIT) they develop, procure, maintain or use is accessible to and usable by employees and consumers with disabilities. 8.2 The referenced EIT acquisition has been determined to be applicable to Section 508. In accordance with DHS Management Directive 4010.2 - Electronic and Information Technology Accessibility, claims for National Security Exception require a review and approval by the DHS Office of Accessible Systems & Technology (OAST). 8.3 DHS OAST has reviewed this acquisition request and has determined that a National Security Exception for the purposes of Section 508 applies and is thereby authorized. A memorandum identifying OAST's approval has been attached and included in the contract file. 9.0 DHS Enterprise Architecture Compliance 9.1 All solutions and services shall meet DHS / USCG Enterprise Architecture policies, standards, and procedures. Specifically, the contractor shall comply with the following Homeland Security Enterprise Architecture (HLS EA) requirements: 9.1.1 All developed solutions and requirements shall be compliant with the HLS EA. 9.1.2 All IT hardware or software shall be compliant with the HLS EA Technical Reference Model (TRM) Standards and Products Profile. 9.1.3 All data assets, information exchanges and data standards, whether adopted or developed, shall be submitted to the DHS Enterprise Data Management Office (EDMO) for review and insertion into the DHS Data Reference Model. 9.2 In compliance with Office of Management and Budget (OMB) mandates, all network hardware shall be IPV6 compatible without modification, upgrade, or replacement. 9.2.1 All Information Technology assets being developed, procured, or acquired shall be IPV6 capable. 9.2.2 HSAR 3004.470-2 Compliance 9.3 DHS's policies and procedures on contractor personnel security requirements are set forth in various management directives (MDs). MD 140-01, 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. 9.4 The contractor must not use or redistribute any DHS information processed, stored, or transmitted by the contractor except as specified in the contract". 10.0 Information Security 10.1 All hardware installed in a classified environment shall meet TEMPEST security requirements. 10.2 No personal or privacy information is processed on this hardware. 10.3 All hardware and/or systems shall undergo Certification and Accreditation (C&A) and meet FISMA Trusted Agent requirements. 10.4 All hardware shall comply with DHS MD 140-01 (Information Technology Systems Security.) 10.5 All applicable security clauses will be incorporated into procurement documents. 11.0 Period of Performance None
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/04791a4bad19c6a5f117adfc85312cef)
- Record
- SN03820914-W 20150805/150803235032-04791a4bad19c6a5f117adfc85312cef (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 |