Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2012 FBO #3857
SOLICITATION NOTICE

59 -- Purchase of Base Receiver

Notice Date
6/14/2012
 
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
HSCG44-12-Q-PCD054
 
Archive Date
7/4/2012
 
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
Total Small Business
 
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-PCD054. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 334290. The SBA size standard in Employees is 750. This is a Total Small Business Set-Aside. The items are to be "Named Brand" specific "ProFlex" and therefore are to be manufactured by Ashtech Only. Substitute proposed Brands will NOT be considered for Award. See Justification for Other Than Full and Open Competition (JOTFOC) below. This Solicitation is for the purchase of, 2 EA of- ProFlex 800 CORS GNSS Base Station Receiver, Model: 990660. Items are to be New Items. 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. Substitute proposed Brands will NOT be considered for Award. Any Contractors that are authorized Distributors of the ProFlex 800 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's quote 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. FIRM FIXED Price Quotes may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Company DUNS, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Jun/19/2012@7:00AM EST. Email quotes to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil. *PLEASE NOTE* Any interested offerors that feels that they can provide these items as stated may provide a Firm Fixed Prices Cost Quotation and Delivery Information IRT to this FedBizOpps posting by Jun/19/2012@7:00AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. FOB 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 Jun/19/2012, this date is approximate and not exact. Schedule B: Line Item 1: 2 EA of- Ashtech ProFlex 800 CORS GNSS Base Station Receiver, Model: 990660 PLEASE NOTE: THIS IS A TOTAL SMALL BUSINESS SET-A-SIDE. IAW FAR 52.219-6 Notice of Small Business Set-A-Side The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012), 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 (APR 2012) 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 (FEB 2012) with the following addendas: 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 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (MAY 2012), 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 FAR 52.204-7 Central Contractor Registration (CCR) (FEB 2012). 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 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 (MAR 2012) (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 2010) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) (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 2010) (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 (JOTFOC) (1) Agency, Contracting activity. The United States Coast Guard Command, Control and Communication Engineering Center (C3CEN), Portsmouth, VA 23703 (2) Nature and/or description of the action being approved. The U.S. Coast Guard C3CEN has a requirement, for the purchase of receivers for testing and compatibility purposes. (3) A description of the supplies or services required to meet the agency's needs (including the estimated value). A Purchase Request will be issued for the purchase of: two (2) Ashtech ProFlex 800 CORS GNSS Base Station Receiver, Model: 990660 Total estimated value: $ 16,500.00 (4) An identification of the statutory authority permitting other than full and open competition. IAW FAR 6.302-1(c) Application for Brand Name, the Items are required to be Brand Specific; they must be manufactured by Ashtech. Ashtech is the Original Equipment Manufacturer (OEM) of these parts. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The GNSS receiver must be compatible with the present DGPS reference station software. Of presently available GNSS receivers, the DGPS reference station software is only compatible with two, Ashtech Proflex 800 and Trimble NetR9. The Proflex 800 is the only one that meets fit form and function plus "plug-and-play" for the present DGPS system. Additionally, the Proflex 800 cost is several thousand dollars less than the NetR9. One (1) NetR9 was purchased for testing purposes on 8/18/2010 with PO#2310440PC1162 for $17000.00. One (1) NetR9 is more than the cost of two (2) Proflex 800 receivers. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. A Request for Quotation (RFQ) will be posted on FedBizOps with the statement that any interested offerors that feels they can provide these items as listed may provide a quote. (7) A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer will determine Price Fair and Reasonableness from the competition received from FedBizOps. (8) Description of Market Research. Market research was conducted by numerous internet searches for other qualified sources. Market research revealed no other sources for the required items. Ashtech is the OEM. (9) Any other facts supporting the use of other than full and open competition. Ashtech's specifications were compared with present DGPS reference station software driver compatibility and fit-form- function plus "plug-and-play" to determine the proper receivers required. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. NAVTECHGPS: 5501 Backlick Rd Suite 230, Springfield, VA 22151 Ph: 800-628-0885 Igage Mapping Corp: 1545 S. 1100 E #1, Salt Lake City, UT 84105 Ph: 801 412-0011 Absolute Accuracy: 2451 Riverside Drive, Los Angeles CA 90039 Ph: 323-662-9237 (11) Actions the agency may take to remove barriers to the competition before any subsequent acquisition for services required. None at this time. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. I certify this procurement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. James A. Lassiter, Contracting Officer (13) Evidence that any supporting data that is the responsibility of technical or requirements personnel. I certify this procurement meets the Government's minimum need and the supporting data which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. Allen Cleveland, Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PCD054/listing.html)
 
Record
SN02776296-W 20120616/120615000052-324520133b03a5938588f768d14e593a (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.