SOLICITATION NOTICE
D -- PURCHASE OF TECHNICAL SUPPORT AND WARRANTY SERVICES
- Notice Date
- 10/27/2011
- 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
- HSCG44-12-Q-PC8030
- Archive Date
- 11/18/2011
- Point of Contact
- James A Lassiter, Phone: (757)686-2149, Steve Schultz, Phone: (757) 295-2275
- E-Mail Address
-
james.a.lassiter@uscg.mil, steven.k.schultz@uscg.mil
(james.a.lassiter@uscg.mil, steven.k.schultz@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 HSCG44-12-Q-PC8030.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 Parts 12 & 13. The North American Industry Classification System (NAICS) is 541511. The SBA size standard in Dollars is $25.0M. 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 Control and Communications Engineering Center (C3CEN) Ports. Va. 23703 intends to purchase on a non-competitive basis by awarding a Firm Fixed Price Purchase Order Contract to ICAN Inc. of Huntsville AL for Annual Warranty and Technical Support Service Agreement for a Base Period of Performance (POP) of One Year with the Option for Option Period 1 for an addition 12 months of Service. This Service Agreement is for ICAN Aldebaran II ECS Investment Protection (IT) Tech Support and Warranty Service for the USCG's 18 Cutters, 2 Boats, and 9 shore activities that utilize the Aldebaran II ECS Software. These locations are identified below. The Coast Guard does not own nor can they obtain specifications or other technical data for these Services. Requests for drawings and specifications will be disregarded. 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/proposals received within 5 days after date of publication of this synopsis/solicitation 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: ICAN INC. Cage Code: 3GV15. An EPLS/CCR/BINCS Contractor Verification Information search was conducted on Oct/27/2011 by the Contracting Officer listed below, this Contractor is not on the EPLS List and appears to be in Good Standing with the Government. This is Considered to be a Sole Source Acquisition. See attached Justification for Other Than Full and Open Competition(JOTFOC). NOTE: Contract Award will be made for Line Item 1 only. Line Item 2 is an Optional Item. Schedule B- Line Item 1: BASE Period - is for 1 Year (12 Months) of Investment Protection, Technical Support and Warranty Service for 29 Aldebaran II ECS Software Licenses. Unit Price per license: Total Price for 12 month Base Period Line Item 2: OPTION Period 1 - 1 Year (12 Months) of Investment Protection, Technical Support and Warranty Service for 29 Aldebaran II ECS Software Licenses. Unit Price per month Total Price for 12 month period Period Of Performance (POP): Base Period: 1 Year, Anticipated Start: 11/09/2011 End: 11/08/2012 Option Period 1: Start: 11/09/2012 End: 11/08/2013 These above dates are pending on actual Contract Award Date. Aldebaran II ECS License Location Listing Cutter/Boat Name Address (1) ANT Colfax 300 Control House Road, Colfax, LA 71417 (2) ANT Eufaula 180 Chewalla Road, Eufaula, AL 3602 (3) CGC Chena 503 Hall Street, Hickman, KY 42050-1132 (4) CGC Cheyenne 700 Coast Guard RD, Buchanan, TN 38222-7181 (5) CGC Chippewa 700 Coast Guard RD, Buchanan, TN 38222-4201 (6) CGC Cimarron 700 Coast Guard RD, Buchanan, TN 38222-4201 (7) CGC Gasconade 9800 John J. Pershing, Omaha, NE 68112 (8) CGC Greenbrier 44 L.E. Berry Road, Natchez, MS 39122-8909 (9) CGC Kanawha 4101 Port Road, Pine Bluff, AR 71611-7627 (10) CGC Kankakee 2 Auction Ave, Memphis, TN 38105-1502 Phone: (901) 544-3987 (11) CGC Kickapoo 225 Coast Guard Road, Vicksburg, MS 39180-0031 (12) CGC Muskingum P.O. Box 626, Sallisaw, OK 74955-0626 (13) CGC Obion 201 Coast Guard Lane, Owensboro, KY 42303-0277 (14) CGC Osage 300 McKown lane, Sewickley, PA 15143-2093 (15) CGC Ouachita E. Chattanooga, TN 37416-2825 (16) CGC Patoka 1797 Harbor Front Road, Greenville, MS 38701-9584 (17) CGC Sangamon East Peoria, IL 61601-2039 (18) CGC Scioto 221 Mississippi Drive, Keokuk, IA 52632-5851 (19) CGC Wedge 1900 Coast Guard Drive, Demopolis, AL 36732-9999 (20) CGC Wyaconda 60 East First Street, Dubuque, IA 52001-7652 USCG Sector Offices Locations: (21) Mobile, AL (22) Lower Mississippi River (23) Upper Mississippi River (24) Ohio Valley USCG Shore Units: (25) USCG Headquarters (26) 8th District (27) Yorktown, VA (28) C3CEN Portsmouth, VA (29) C3CEN Portsmouth, VA NOTE: The Government is not obligated nor required to Exercise the Option Period of the Awarded Contract. 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/Quotations may be submitted on company letterhead stationary and must include the following information: Cage Code Number/DUNS Number, 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/03/2011 @ 7:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailed to the USCG POCs: Mr. James A. Lassiter, Contracting Officer, At: James.A.Lassiter@uscg.mil and Steve Schultz, Contract Specialist at: Steven.K.Schultz@uscg.mil *PLEASE NOTE* Offerors are to provide Firm Fixed Prices, by NOV/03/2011 @ 7:00am EST. The Anticipated Award Date for the Purchase Order Contract is NOV/07/2011; this date is approximate and not exact. The following Provisions and Clauses that are incorporated by reference and not in Full Text are available at https://www.acquisition.gov/Far/ The Following FAR Provisions apply to this Solicitation: 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 Overall Best Value to the Government considering, Price, Technical Capability. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) 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 The Following FAR Clauses apply to this Solicitation and Contract: FAR 52.212-4 Contract Terms and Conditions -Commercial Items (June 2010). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (August 2011). OPTIONS: 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). End of Clause 52.217-9 Option to Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. End of Clause 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 and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 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 52.225-13 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) End of Clause The 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. The Following FAR Clause applies to Line Item 2 only of this Acquisition: FAR 52.232-18 Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. End of Clause Justification For Other Than Full and Open Competition. (1) Identification of the agency and the contracting activity. USCG Command, Control and Communications Engineering Center (C3CEN) located in Portsmouth Va. (2) Nature and/or description of the action being approved. ICAN Marine Aldebaran II Electronic Charting System (ECS) Investment protection (IP), Technical Support, and Warranty Service for twenty-nine Aldebaran II ECS software licenses on Coast Guard assets. Period of Performance for contract will begin 09 November 2011 and expire on 08 November 2012 with an Option for second year beginning 09 November 2012 and expiring on 08 November 2013. (3) A description of the supplies or services (including total estimated value). This requirement is for Investment Protection (IP), Technical Support, and Warranty Service for 29 licenses of the Aldebaran II ECS Software. Estimated value for Base Year - $29,000.00 Estimated value for Option Year 1 - $26,000.00 Total if option exercised - $55,000.00 (4) An identification of the statutory authority permitting other than full and open competition. FAR 6.302-1 (2) (i) (A & B): ICAN Inc. demonstrates a unique capability and service to provide these 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 Original Equipment Manufacturer(OEM) and only Service provider for Aldebaran II ECS Proprietary Software. Aldebaran II Software is installed on twenty Coast Guard Cutters/Vessels 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. No other source for Aldebaran II tech support exists. ICAN is the sole Proprietor of Software Licenses and Technical Support. This requirement is will be posted on FEDBIZOPS. (7) A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The price of these Services are comparable to other Technical Assist services for same Services, as compared to previous acquisitions. (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 for similar warranty services, but ICAN Inc. was found to be the Sole Provider for Aldebaran II ECS software and Technical support. (9) Any other facts supporting the use of other than full and open competition. None. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None. (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 Aldebaran II ECS software. Future replacement of Aldebaran II with the Vega ECS 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/HSCG44-12-Q-PC8030/listing.html)
- Record
- SN02614207-W 20111029/111027234647-69c6a0d0cdcbb36c09c0aed195d4a558 (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 |