Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
SOLICITATION NOTICE

J -- Purchase of Repair Services of PELCO Cameras - ATTACHMENT 1 - ATTACHMENT-3 - ATTACHMENT-2 - ATTACHMENT-4

Notice Date
8/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
70Z04418QN0027V00
 
Archive Date
9/30/2018
 
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
PELCO ITEM LABELS OPEN AND INSPECTION REPORT DELIVERY PACKAGING REQUIRMENTS STATEMENT OF WORK 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 70Z04418QN0027V00. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-97. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 541990. The SBA size standard is $15.0 Million. This is Not a Small Business Set-Aside, due to this acquisition being a Brand Name Procurement, it is not anticipated that there will be two (2) or more qualified Small Business Concerns to provide pricing for this requirement in accordance with FAR 19.502(a). The Repair is to be conducted by an Authorized PELCO Repair Facility, and any items used are to be manufactured by PELCO.The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase Open and Inspect and Repair of PELCO Cameras; see Schedule B below. NOTE: The Offeror is to Provide Documentation that they are an Authorized PELCO Repair Facility. ATTACHMENTS: The Statement of Work is attached as Attachment-1, the Open and Inspection Report is attached as Attachment 2 and the Delivery, Packaging, and Inspection Requirements are attached as Attachment-3, Item Labels are attached as Attachment-4. NOTE: The Offeror is to provide a Firm Fixed Open and Inspect Cost Quotation Only, it is understood that the Final Repair cost cannot be established until the Open and Inspection is conducted. The Government/ USCG will make a determination upon evaluation of the Open and Inspection Report inclusive of Final Repair cost quotation from the Contractor. If it is in the best interest of the Gov/USCG to proceed with the Repair, the Purchase Order Contract will be Modified as required to Fund the Repairs. 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 to provide PELCO REPAIR/SERVICE is encouraged to provide a Firm Fixed Price Quotation in reference to 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 Overall Value to the Government, price and other factors considered. All items will be required to be shipped to Baltimore, MD 21226. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by August/24/2018 @ 7:00 AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals may 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/27/2018 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 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. NOTE: The Offeror is to provide a Firm Fixed Open and Inspect Cost Quotation ONLY, it is understood that the Final Repair cost cannot be established until the Open and Inspection is conducted. The Government/ USCG will make a determination upon evaluation of the Open and Inspection Report inclusive of Final Repair cost quotation from the Contractor. If it is in the best interest of the Gov/USCG to proceed with the Repair, the Purchase Order Contract will be Modified as required to Fund the Repairs. Schedule B: Line Item 1: Open and Inspect of 22 Each of PELCO CAMERAS IAW Attachments 1, 2 and 3 MFG Name: PELCO Part Number: ES41P36-5W Firm Fixed Price for Open and Inspection for Each __________________ x 22 Each = ______________ Line Item 1A : Repair of 22 PELCO CAMERAS MFG Name: PELCO Part Number: ES41P36-5W Repairs To Be Funded as Warranted ____________________________ Line item 3: Shipping (if not FOB Destination) please see attached Delivery, Packaging, and Inspection Requirements (Attachment-0003) DELIVERY: The Required Delivery Date is on or before Dec/01/2018. Items will be shipped to 21226. NOTE: See attached Delivery, Packaging, and Inspection Requirements Attachment-3, and Item Labels are attached as Attachment-4. Email quotes to: JAMES.A.LASSITER@USCG.MIL PROVISIONS / CLAUSES: The Following FAR Provisions/Clauses apply to this Solicitation: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan. 2017). See attached Delivery, Packaging, and Inspection Requirements. 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 (Nov. 2017) 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.sam.gov/portal. 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 (u) 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). As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN. 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Oct. 2016) (Pub.L. 109-282)(31 U.S.C. 6101 note). FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct. 2015) (31 U.S.C. 6101 note). 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) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Jan. 2018) 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 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--Central Contractor Registration (Jul 2013) (31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far FAR 52.247-32 -- F.o.b. -- Origin, Freight Prepaid (Feb 2006) FAR 52.247-34 -- F.o.b. - Destination (Nov 1991)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/485e9933e91a20ef18f0de15ce1e4020)
 
Record
SN05041230-W 20180818/180816231516-485e9933e91a20ef18f0de15ce1e4020 (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.