SOLICITATION NOTICE
D -- PURCHASE OF TECHNICAL SUPPORT AND WARRANTY SERVICES
- Notice Date
- 11/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-11-Q-441PC8029
- Archive Date
- 11/23/2010
- 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
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subart 12.6 as supplemented with additional information included 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 HSCG44-11-Q-441PC8029. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-46. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 541511. The SBA size standard in Dollars is $25M. This is Not a Small Business Set-Aside, due to this acquisition being a Sole Source Procurement it is not anticipated that there will be 2 or more qualified Small Business Concerns to provide pricing for this requirement. The USCG Command and Control and Communications Engineering Center (C3CEN) Ports. Va. 23703 intends to purchase on a non-competitive basis with ICAN INC. of Huntsville AL. for the purchase of 1 Year of ICAN Aldebaran II ECS Investment Protection (IT) Tech Support and Warranty Service for a Period of Performance of 1 Year. The USCG currently has 18 Cutters and 2 Boats that utilize the Aldebaran II ECS Software. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these materials/items/software. Request for drawings/specs will be disregarded. The proposed contract action resulting from this synopsis/solicitation for commercial services/supplies is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1. 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 proposals. However, all proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes. The contractor for this proposed Sole Source contract is: ICAN INC.Cage Code 3GV15. This is an Sole Source Procurement. See attached JOTFOC Document below. 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. FIRM FIXED Price Proposals may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery of Subscription, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is NOV/08/2010 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailed to the POC James A. Lassiter Contracting Officer James.A.Lassiter@uscg.mil *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by NOV/08/2010 @ 8:00am EST. The anticipated Award Date for the Contract is NOV/09/2010, this date is approximate and not exact. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR The Following FAR Clauses apply to this Acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2010) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUN 2010) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (Jun 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 Central Contractor Registration (CCR)(Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Justification for Other Than Full and Open Competition. (a) Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information: (1) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." USCG Command and Control and Communications Engineering Center, Core Technologies, Electronic Navigation (CT-N1) (2) Nature and/or description of the action being approved. ICAN Marine Aldeberan II Electronic Charting System (ECS) Investment protection (IP), Technical Support, and Warranty Service for twenty-nine Aldeberan II ECS software licenses on Coast Guard assets. (3) A description of the supplies or services required to meet the agency's needs, (including the estimated value). One year of Aldebaran II ECS Software Investment Protection (IP) IP provides unlimited technical support via telephone, email, and remote desktop sharing. IP provides all software upgrades, technical support and warranty for the ICAN Aldebaran II electronic charting system (ECS) software. Estimated Value of warranty and technical support is $28,000.00 (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1 (2)(i)(A) Demonstrates a unique capability of the source to provide the services. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. ICAN is the manufacturer of, and only service provider for Aldeberan II ECS proprietary software. Aldberan II software is installed on twenty Coast Guard Cutters and at nine land/support facilities. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. Requirement shall be posted on Fed-Biz-Opps.This posting will include verbiage that any Offeror that feels that they can provide Services that meet this requirement as stated may provide a quotation, and all offers will be considered by the Government. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The price of this service is comparable to other tech assist services. And as compared to previous awarded Contracts for this identical service. (8) A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. A search for similar services that would meet the needs conducted. ICAN was found to be the sole provider for Aldeberan II ECS software and technical support. (9) Any other facts supporting the use of other than full and open competition, such as: (i) Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. (ii) When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1(a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. (iii) When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government. None. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None at this time. (11) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. No method exists to create competition for the Aldeberan II ECS software. Future replacement of Aldeberan II with the Vega ECDIS system will eliminate the need for ICAN support. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. (b) Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. Technical: LTJG Roy Duff Contracting Officer: James A. Lassiter
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-441PC8029/listing.html)
- Record
- SN02321301-W 20101104/101102234452-e43e8aab76e43d32ed4b06f6a7e807e1 (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 |