SOLICITATION NOTICE
59 -- Procurement of Equipment Control Monitor Suites (ECM)
- Notice Date
- 11/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- DTCG23-03-R-TFF038
- Response Due
- 11/13/2002
- Point of Contact
- Catherine Baskin, Contract Specialist, Phone (202) 267-2014, Fax (202) 267-4475, - Brenda Peterson, Contracting Officer, Phone (202) 267-6906, Fax (202) 267-4019,
- E-Mail Address
-
cbaskin@comdt.uscg.mil, bpeterson@comdt.uscg.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. DTCG23-03-R-TFF038 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09. The NAICS code is 334511 and the small business size standard is 750 employees. Acquisition is for an Indefinite Delivery /Indefinite Quantity, Firm Fixed-Price Type Contract for a period of 5 years, minimum quantity (11) eleven GSC 3000 Equipment Control Monitoring (ECM) Complete Suites and (11) eleven GSC 3000 ECM Spare Parts Kits, and a maximum quantity of (37) thirty-seven GSC 3000 ECM Complete Suites and a total (50) fifty GSC 3000 Spare Parts Kit. Requirement is for the Burk Technology brand name model, CLIN 0001 - GSC 3000 (ECM) Suite, which consists of: I/O 16 Input/Output Unit (x3), Command Relay Unit (x3), Wiring Interface Unit (x6), and Temperature Sensor Set (BTU4 & 2 ea. Indoor). CLIN 0001A - GSC 3000 ECM Suites Spare Parts Kits, which also consists of I/O 16 Input/Output unit (x1), Command Relay unit (x1), Wiring Interface Unit (x1), and Temperature Sensor Set (BTU4 & 2 ea. Indoor). CLIN 0002 - GSC 3000 Software Development Kit (SDK 4.0), which includes Application Development Programming Services, quantity (1) one each. Offer shall include standard commercial warranty terms and conditions. Procurement is a Total Small Business Set-Aside. Delivery F.O.B. destination to the Loran Support Unit, 12001 Pacific Ave., Wildwood, New Jersey, 08260-3232 for all items, except a quantity of (4) four each of the GSC 3000 ECM suites which shall be delivered FOB destination to the USCG Engineering Logistics Center, 6751 Alexandria Bell Dr., Columbia, MD 21046. The following provisions and clauses apply to this RFP and are incorporated by reference: FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2000). The following addenda is added to FAR 52.212-1: (1) Paragraph (b) -- Offerors may choose to submit their RFP on a SF 1449. FAR provision 52.212-2, Evaluation of Commercial Items (JAN 1999) is tailored to read that award will be made to the offeror who provides the best value to the government, price and other factors considered. The following factors, listed in descending order of importance, shall be used to evaluate offers received from Burk Technology and authorized distributors; Delivery Schedule (Desired delivery, 14 days ARO and Required delivery 30 Days ARO), Price and Past Performance. The Delivery Schedule is significantly more importance than Price and Past Performance. CLINs 0001 and 0001A will be separately evaluated from CLIN 0002. Offerors are instructed to include a completed copy of FAR provision 52.212-3, Offerors Representatives and Certification--Commercial Items with their offer (JUL 2002). FAR 52.212-4, Contract Terms and Conditions-- Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2002) applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition; FAR 52.216-22, Indefinite Quantity (OCT 1995); FAR 52.216-18 Ordering (OCT 1995), Such orders may be issued from date of award through a period of five (5) years; FAR 52.216.19, Order Limitations (OCT 1995), (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than quantity of one, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of a quantity of 50 (2) Any order for a combination of items in excess of a quantity of 50; or; (c) A series of order from the same ordering office within five day; FAR 52.219-6, Notice of Total Small Business Set-Aside (JUL 1996); FAR 52.222-26, Equal Opportunity (E.O.11246) (APR 2002); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era (38 U.S.C. 4212) (DEC 2001); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793) (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (DEC 2001); FAR 52.225-5, Trade Agreements (FEB 2002); 52.232-33, and Payment by Electronic Funds Transfer Central Contractor Registration (MAY 1999). The closing date and time for receipt of offers are 15 November 2002 at 3:00 p.m. Eastern Standard Time. Submit offers in accordance with FAR provision 52.212-1. Mail RFP to Commandant (G-ACS-5A/cb), USCG Headquarters, 2100 2nd Street, S.W., Washington, D.C. 20593-0001, Attn: Catherine Baskin. Facsimile offers will not be accepted. Any formal notice of changes will be issued in FedBizOps at www.eps.gov. It is the offerors responsibility to monitor the EPS system for any amendments to the RFP. NOTICE TO OFFEROR SOLICITATION OMBUDSMAN PROGRAM: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should then contact the Coast Guard Solicitation Ombudsman at the address below: Commandant (G-CPM-S/3) 2100 Second Street, S.W., Washington, D.C. 20593-0001, Fax (202) 267-4011. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DEBs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER, WHICH IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THIS AGENCY. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 09-DEC-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/USCG/GACS/DTCG23-03-R-TFF038/listing.html)
- Record
- SN00219433-F 20021211/021209220130 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |