Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

59 -- Purchase of Circuit Cards - Special Packaging - Sole Source Document

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
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
HSCG44-17-Q-RA017
 
Archive Date
5/18/2017
 
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 Special Delivery Packaging 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 HSCG44-17-Q-RA017. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-94. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 423610. The SBA size standard 500 EMP. 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. 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 Tempest Telecom Solutions for the purchase of: 10ea. Circuit Card Assemblies as listed below in the Schedule B. Substitute Items other than those listed in the Schedule B will not be considered for Award. This is considered to be a Sole Source Acquisition. See attached Justification Document below. 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 Tempest Telecom Solutions, Cage Code: 4C9W7. A SAMS Contractor Verification Information search was conducted on April 24, 2017 by the Contracting Officer listed below. This is considered to be a Sole Source Acquisition. See attached Justification Document 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. All Items/ Parts are to be NEW items. Used or Refurbished items are NOT acceptable. Any Contractors that are authorized dealers of Tempest Telecom Solutions are encouraged to provide a Firm Fixed Price Quotation IRT this Solicitation. Please Email Your Response to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil 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. Delivery/Packaging: The Required Delivery Date is 30 Days ARO (After Receipt of Order). Unless otherwise stated all Items are to be shipped to 99654. Please see the 5 Page Special Delivery, Packaging, and Inspection/Acceptance Requirements for Items Document attached below. *PLEASE NOTE* Provide Firm Fixed Price Proposals with Delivery Information and Delivery Time Frame by 05/03/2017 at 7:00 A.M (EST). Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. FOB Destination is preferred by USCG/Government. If proposing FOB Origin, provide Shipping Cost as a Separate Line Item. FIRM FIXED Price Proposals are to be sent via EMAIL on Company Letterhead to Point of Contact (POC) listed below 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 Numbers. Anticipated Award Date for the PO Contract May 05, 2017, 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: Line Item 1: Ten (10) EA of - Circuit Card Assembly, Part #: 33245-108______________________________ Line Item 2: One (1) EA of - Shipping Cost (If Applicable)________________________ • Total Cost for Line Items -1-2: __________________________ Please see the 5 Page Special Delivery, Packaging, and Inspection/Acceptance Requirements for Items Document attached below. Please Email Your Response to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil • 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 (Jan 2017) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2017) 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 (Oct 2016) FAR 52.222-21 -- Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 -- Equal Opportunity (Sept 2016) 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 (Apr 2016). 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/086d5420b8444f44752a16c0603b8802)
 
Record
SN04486891-W 20170428/170426235902-086d5420b8444f44752a16c0603b8802 (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  © 1994-2020, Loren Data Corp.