SOLICITATION NOTICE
59 -- Purchase of Various Electronic Repair Parts for Circuit Card Assemblies - Sole Source Justification
- Notice Date
- 8/2/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- 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-PCZ977
- Archive Date
- 9/20/2017
- 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 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-PCZ977. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-95. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 335999. The SBA size standard is 500 Employees. 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 items will NOT be considered for Award. 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 Buffalo Power Electronics Center Inc. for the Purchase of Various Repair parts for the 399' IceBreaker CCA's (Circuit Card Assemblies) as listed in the Schedule B 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: Buffalo Power Electronics Center Inc. Cage Code: 1HUP8. A current System for Award Management (SAM) Data Search was conducted on August 1, 2017 by the Contracting Officer. This Contractor is current/active in SAM and does not have any active Exclusion. This is considered to be a Sole Source Acquisition. See the attached Justification. Note: The USCG/Government reserves the right to Award on an All or None Basis that is the USCG/Government may issue a Purchase Order to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. 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. Items are to be NEW items. Used or Refurbished items are NOT acceptable. Any Contractors that are authorized Distributors for Buffalo Power Electronics Center Inc, are 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 USCG/Government, price and other factors considered. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by August 8, 2017 @ 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 to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is August 10, 2017, 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 USCG/Government 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 USCG/Government 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: Twenty Five (25) each of relay for 399' Ice breaker CCA Part Number: 1649A85H03 Line Item 2: Twenty Five (25) each of 5k Potentiometer for 399' Ice Breaker CCA Part Number: 477A343H21 Line Item 3: Twenty Five (25) each of 10k Potentiometer for 399' Ice Breaker CCA Part Number: 491A786H14 Line Item 4: Twenty Five (25) each of Relay for 399' Ice Breaker CCA Part Number: 1649A85H01 Line Item 5: Twenty Five (25) each of Transistor (dual) for 399' Ice Breaker CCA Part Number: 491A770H01 Line Item 6: Twenty Five (25) each of Transistor for 399' Ice Breaker CCA Part Number: 1413A41H01 Line Item 7: Twenty Five (25) each of 100 Ohm Potentiometer for 399' Ice Breaker CCA Part Number: 477A343H04 Line Item 8: Twenty Five (25) each of Potentiometer for 399' Ice Breaker CCA Part Number: 477A343H19 Line Item 9: Twenty Five (25) each of Potentiometer for 399' Ice Breaker CCA Part Number: 477A343H20 Line Item 10: Five (5) each of Edge Connector for 399' Ice Breaker CCA Part Number: 491A780H02 Line Item 11: Shipping Cost if Proposing FOB Origin: Delivery Requirement: Items are required to be Delivered within 30 Days ARO. Unless otherwise directed, All items will be required to be shipped to Baltimore, MD 21226. Email quotes to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil PROVISIONS / CLAUSES • The Following FAR Provisions apply to this Solicitation: FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan 2017) 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 (Jan 2017) to include Alt I (Jan 2017). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. • The Following Clauses apply to this Solicitation and to the awarded Contract. FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 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 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (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). FAR 52.247-32 -- F.o.b. -- Origin, Freight Prepaid (Feb 2006) FAR 52.247-34 -- F.o.b. - Destination (Nov 1991) • 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 (Feb 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/54b897472a3403fc38f0cce13e73a258)
- Record
- SN04609775-W 20170804/170802233041-54b897472a3403fc38f0cce13e73a258 (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 |