Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

J -- Purchase and Installation of UPS Units - Technical Exhibit - Industrial Security Addendum

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment 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-PC8223
 
Archive Date
9/26/2015
 
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
Total Small Business
 
Description
Industrial Security Addendum Document Technical Exhibit Document This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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-PC8223. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-83. This procurement will be processed in accordance with FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) is 811219. The SBA size standard is $20.5 Million. This IS A Total Small Business Set-Aside. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703-2199, intends to Award a Firm Fixed Price Purchase Contract for the Purchase, Removal and Installation of a New Uninterrupted Power Supply (UPS). IAW attached Statement of Work (SOW) below. 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 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 start date for Task A is prior to September 30, 2015 and will be completed within 60-90 Days ARO. Task B may be exercised anytime after completion of Task A. Task B is to be completed within 1 year from date of Award. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by September 11, 2015 @ 7:00 AM EST. Delivery Information is to include 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) Payment Terms, (5) discount offered for prompt payment, (6) Company DUNS and Cage Code. Email quotes are to be emailed to D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is September 16, 2015, this date is approximate and not exact. 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 reperformance of nonconforming Services at no increase in contract price. If repair/replacement or reperformance 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 Line Item 1: Task A: The Contractor shall provide all necessary labor, tools, equipment, and supplies required to remove and replace new Uninterrupted Power Supply (UPS) in the WLM Lab located at C3CEN 4000 Coast Guard Blvd. Portsmouth, VA 23703. The UPS Salient Characteristics are listed under 5.3.1.2. of the attached SOW below. The required start date is prior to September 30, 2015 and will be completed within 60-90 Days ARO. Line Item 2: Travel Cost IAW attached SOW for Task A. Line Item 3: Task B: To be exercised as Option 1. If exercised, contractor will repeat Task A but perform next door at the WLB Lab and must include the same model UPS as installed in the WLM Lab under this contract. Task B may be exercised anytime after completion of Task A. Task B is to be completed within 1 year from date of Award, IAW attached SOW below. Line Item 4: Travel Cost IAW attached SOW for Task B. Email quotes are to be emailed to D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil NOTE: This is a Total Small Business Set-Aside IAW FAR 52.219-6 Notice of Total Small Business Set-Aside PROVISIONS / CLAUSES: • The Following FAR Provisions 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 (Mar 2015) to include Alt I (Oct 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. FAR 52.217-5 -- Evaluation of Options (Jul 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). • The Following Clauses apply to this Solicitation and awarded Contract. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2015) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) FAR 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within seven (7) days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) 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 one (1) years. 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) 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 52.225-25 - Prohibition on Contracting with Entities Engaging in certain Activities or transactions Relating to Iran - Representation and Certifications (Dec 2012) FAR 52.232-19 -- Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond Sept. 30, 2016. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 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: ONSITE REPLACEMENT OF UPS SYSTEM IN WLM LAB DUE TO CASUALTY WITH OPTIONAL WLB LAB UPS REPLACEMENT. 1. PLACE(S) OF PERFORMANCE: a. Command, Control, and Communications Engineering Center (C3CEN), 4000 Coast Guard Blvd., Portsmouth, VA 23703-2199. b. Offsite technical support to be conducted at Contractor Facility 2. DHS Enterprise Architecture Compliance The Integrated Ship Control Training System (ISCTS) is not part of the DHS Enterprise Architecture so compliance is not applicable. 3. SECURITY REQUIREMENTS: Contractor employee access to classified, and sensitive but unclassified (for-official-use-only) information is not required. All Contractor's representative working on-site must be U.S. Citizens. See attached Industrial Security Addendum. 4. CONTRACT MANAGEMENT DESIGNATION: Contracting Officer Representative (COR) is LT Adam Reckley at (757) 686-6816 or Adam.R.Reckley@uscg.mil. 5. DESCRIPTION OF WORK: 5.1. Scope: The purpose of this contract is to obtain Contractor services and supplies at the U. S. Coast Guard Command, Control, and Communications Engineering Center (C3CEN) Portsmouth VA to provide parts, material, and labor to remove old UPS and install new UPS in the WLM Lab with option (Task B) to replace the WLB Labs UPS which is currently operational but also at end of life and unsupportable. 5.2. Background: The Core Technologies Branch (CT-N) at Command, Control, and Communications Engineering Center (C3CEN) Portsmouth, VA is responsible for software, hardware, and engineering support for a wide variety of electronic navigation and electronic charting and radar systems installed and operated on Coast Guard cutters and boats. The Coast Guard uses WLM and WLB mock up Labs in support of these missions.   5.3 Requirement: 5.3.1. Task A: The Contractor shall provide all necessary labor, tools, equipment, and supplies required to remove and replace UPS in the WLM Lab located at C3CEN 4000 Coast Guard Blvd Portsmouth VA 23703. 5.3.1.1. The Contractor shall provide all necessary labor, tools, and supplies required for removal of old UPS from the premises to include but not limited to removal of input and output wiring and removal of the UPS from the lab to contractor mode of transportation to disposal site. The contractor shall adhere to all Environmental Regulations pertaining to Hazardous Waste Disposal of old UPS batteries. 5.3.1.2. Provide replacement UPS and install in the WLM Lab, which meets the following minimum requirements: • 8KVA inline Free Standing UPS. • Input: 120Vac 20 Amp (Three phase). • Output: 120Vac 20 Amp (Three phase). • Include all Batteries. • Include integrated Maintenance Bypass Switch (Capability to allow complete bypass of the UPS). • Dimensions not to exceed depth of 30", width of 18", and height of 76". • Allow direct wiring of input and output circuits. (Hardwired input and output connections, no Backplane outlets required). • Front panel with status indications. • I/O port with access to N.O. (normally open) and N.C. (normally closed) contacts. 5.3.1.3. Install new UPS in the same physical location vacated by the old UPS to include but not limited to wire, lugs, tape, labels, conduit, conduit connectors, electrical boxes, installing batteries, initial setup programming, and miscellaneous parts to wire approximately 10 ft from 115Vac three phase AC input contactor to UPS and 10 feet from UPS output to existing power distribution panel. See Technical Exhibit 1. Reuse of existing electrical parts is authorized if found in acceptable condition for continued use. 5.3.1.4 Provide documentation and training for installed UPS to include but not limited to users manuals, MSDS, maintenance manuals, and recommended maintenance. 5.3.2. Task B: To be exercised as Option 1. If exercised, contractor will repeat Task A but perform in the WLB Lab, next door to the WLM Lab, located at C3CEN and must include the same model UPS as installed in the WLM Lab under this contract. 5.4. Period of Performance (POP): 5.4.1 Task A: Work will begin prior to September 30, 2015 and will be completed within 60-90 days AOR. 5.4.2 Task B: Option 1 may be exercised anytime after completion of Task A. Task B is to be completed within 1 year from date of Award. 5.5. Contractor Personnel: 5.5.1 Labor Categories and Estimated Hours for Performance. 5.5.1.1 Project Manager; 4 hours (offsite). 5.5.1.2 Purchasing Agent; 4 hours (offsite). 5.5.1.3 Lead Electrician; 4 hours (offsite). 5.5.1.4 Electrician 4 hours (offsite). 5.5.1.5 Lead Electrician 8 hours (onsite at C3CEN) 5.5.1.6 Electrician; 8 hours (onsite at C3CEN). 6. GOVERNMENT FURNISHED INFORMATION (GFI): 6.1 The Government will make all available C3CEN held ISCTS documentation available to the contractor. 6.2 The contractor shall return GFI to the COR upon completion of this contract 7. GOVERNMENT FURNISHED MATERIAL (GFM): 7.1 The Government does not intend to furnish any Government Furnished Material (GFM). 8. GOVERNMENT FURNISHED EQUIPMENT (GFE): 8.1 The Government does not intend to furnish any Government Furnished Equipment (GFE). 9. CONTRACTOR ACQUIRED PROPERTY (CAP): 9.1 Contractor Acquired Property (CAP) will not be required for the completion of this contract. 10. CONTRACTOR FURNISHED MATERIAL AND SERVICES (CFM): 10.1 The contractor shall provide tools, parts, and technical documentation required to remove old UPS and install new UPS. 11. TRAVEL REQUIREMENTS: Contractor Travel and Subsistence/Per Diem cost shall be in accordance with: a. FAR 31.205-46 Travel Costs b. All Contractor Travel and Invoicing for associated Travel shall be IAW the Joint Travel Regulations (JTR) http://www.defensetravel.dod.mil/site/travelreg.cfm 12. TRANSPORTATION OF EQUIPMENT/MATERIAL: Transportation of equipment/material will be required for the completion of this contract and its cost should be included in contract price. 13. DATA DELIVERABLES: 14.1 Data Delivery will not be required for the completion of this contract. 14. SUB-CONTRACTING REQUIREMENTS: Sub-contracting will not be required for the completion of this contract. 15. ACCEPTANCE PLAN: 15.1. Quality Assurance Provisions 15.1.1. Compliance: The contractor shall certify in writing to the COR that the UPS system has been installed and certified operational.   16. OTHER CONDITIONS/REQUIREMENTS: 16.1 Place and Hours of Performance 16.1.1 Place of Performance: Work is to be performed both on-site and off-site as follows: a. Off-site: Contractor's Facility b. On-site: U.S. Coast Guard C3CEN, 4000 Coast Guard Blvd, Portsmouth VA. 23703. 16.1.2 Hours of Performance: Work hours must be performed Monday through Friday, 8 hours per day, between 0700 and 1700 hours, excluding Federal holidays. The client representative and the task leader will schedule all work between these hours. 16.2. Government required/provided training: N/A 16.3 SECTION 508 OAST COMPLIANCE. The UPS hardware delivered under this contract is except under section 508 Subpart A 1194.3 which states hardware located in spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment are not required to comply. 17. LIST OF ATTACHMENTS: Technical Exhibit 1 C3CEN Security Industrial Security Addendum
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b739f354c91d9370e6f96be3f7398660)
 
Record
SN03868703-W 20150904/150903000410-b739f354c91d9370e6f96be3f7398660 (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.