SOLICITATION NOTICE
59 -- Purchase of Video Encoders
- Notice Date
- 8/31/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- 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-PC2327
- Archive Date
- 9/22/2011
- 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 FAR Subpart 12.6 as supplemented 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 HSCG44-11-Q-PC2327. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. This procurement will be processed in accordance with FAR Part 12 & 13. The North American Industry Classification System (NAICS) is 334290. The SBA size standard is 750 Employees. Due to this Acquisition being considered to be a Brand Specific Procurement it is not anticipated that the Contracting Officer will receive a sufficient amount of offers from Small Business Concerns; therefore the Contracting officer has determined that restricting this acquisition is not in the best interest of this requirement. Therefore IAW FAR 19.502-2(a) this IS NOT A Small Business Set-A-Side. Due to the compatibility and parts/logistical support of existing USCG Systems & components it is required that the items are to be "Brand Specific" and therefore are to be manufactured by VERINT Only (See JOTFOC below). Substitute proposed brands will NOT be considered for award. 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. Due to the compatibility and parts/logistical support of existing USCG Systems & Components it is required that the items are to be "Brand Specific", see JOTFOC below. Substitute proposed Brands will NOT be considered for award. Any Offerors that are authorized VERINT are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops Solicitation. 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. The Required Delivery Date is 30 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN 4000 Coast Guard Blvd., Portsmouth, VA 23703-2199. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Sep/07/2011@7:00AM EST. Facsimile and Email quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil. *PLEASE NOTE* Interested offerors are to provide Firm Fixed Prices and Delivery Information by Sep/07/2011@7:00AM 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. Required Delivery Date is 30 Days ARO. Anticipated Award Date for the PO Contract is Sep/07/2011, this date is approximate and not exact. Schedule B Line Item 1: Verint H.264 Compact, High Performance and High Resolution Video Encoder(9 EA) Part Number: S1801E Line Item 2: Verint H.264 Compact, High Performance and High Resolution Video Decoder(9 EA) Part Number: S1801ER Line Item 3: Verint 19 Inch Rack Mount Panel for 8 Encoder/Decoder Units (2 EA) Part Number: VRM8 PLEASE NOTE: THIS IS NOT A SMALL BUSINESS SET-A-SIDE 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 (JAN 2011) 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 (JUNE 2010) with the following addendas: 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 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 FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (AUG 2011), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; 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". The United States Coast Guard Command, Control and Communications Engineering Center (C3CEN)Portsmouth, Va. 2. Nature and/or description of action being approved. The action to be approved is the procurement award of Verint S1801 Ethernet Encoders and Decoders for the installation of a new network at VTS Berwick Bay. Currently installed equipment, provided by MLCLANT (now defunct), is unsupportable and failure-prone. The existing archaic network is incompatible with the C3CEN-supported system is being replaced. 3. Description of supplies required to meet the agency's needs and total estimated value. The vendor will provide the following items manufactured by Verint: 9 Verint Ethernet Video Encoders Mfr Part #: S1801E 9 Verint Ethernet Video Decoders Mfr Part #: S1801E-R 2 Verint 19" rack mounts for encoders/decoders Mfr Part#: VRM8 Total estimated value for this equipment: $11,500. 4. An identification of the statutory authority permitting other than full and open competition. 6.302-1(2)(ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it's likely that award to any other source would result in a substantial duplication of cost to the Government. 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited These specific VERINT encoders and decoders have been tested and installed at other Vessel Traffic System sites. This type of VERINT encoder/decoder pair uses Ethernet data and supports the H.264 codec for video compression. 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 FedBiz Ops (FBO) as Brand specific, with a Statement that any offerors that are able to provide the Specified Brands may provide a quote and all quotes will be considered. 7. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The anticipated cost is to be close to the same as previous purchase for similar Servers purchased from VERINT. 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. Market Research was conducted using various methods, including numerous internet searches for the same brand specific items. These VERINT Encoders and Decoders are available from multiple sources on the open market. 9. Any other facts supporting the use of other than full and open competition: (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. The estimate cost to the USCG/Gov is $1,000,000.00 to Procure; Re-train Coast Guard and contractor personnel, troubleshoot and install new cameras. 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. None at this time 12. Contracting Officer certifies that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. Technical Representative Derrick Germuska, LTJG Contracting Officer James A. Lassiter
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PC2327/listing.html)
- Record
- SN02557978-W 20110902/110901000551-d1eb664903104b5ee47324a0fc7bacf0 (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 |