SOLICITATION NOTICE
58 -- Purchase of FOG HORNS
- Notice Date
- 7/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component 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-PC5059
- Archive Date
- 7/31/2012
- 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
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement 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 HSCG44-12-Q-PC5059. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-59. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 335999. The SBA size standard is 500 Employees. Due to this Acquisition being considered to be a Sole Source Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a), This IS NOT A Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase on a non-competitive basis by awarding a Firm Fixed Purchase Order Contract to: Automatic Power Inc. for the purchase of 2 Each Fog Horns for the USCG C3CEN located at 4000 Coast Guard Blvd. Portsmouth, Va. The proposed contract action resulting from this synopsis/solicitation for commercial services is the Government's intention to solicit and negotiate with only one source under the authority of FAR 6.302.1 and 13.106-1(b). Interested persons/parties may indentify 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: Automatic Power Inc, 213 Hutcheson St, Houston, TX 77003; Cage Code 28763. A current CCR Data Search and EPLS Data Search was conducted on this Contractor by the Contracting Officer. This Contractor is current/active in CCR and does not appear on the EPLS List. Data Search date: Jul/03/2012. This is a 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. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by Jul/16/2012 @ 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. 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. Email quotes to the POC James A. Lassiter, Contracting Officer, James.A.Lassiter@uscg.mil. Anticipated Award Date for the PO Contract is Jul/16/2012, this date is approximate and not exact. Schedule B: Line Item 1: 2 EA of - Fog Horn, SA-850/1A, P/N 1000-3203 The Following FAR Provisions apply to this Acquisition: 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: 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 (JAN 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 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 DUNS33314 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 (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 (1) Identification of the agency and the contracting activity USCG C3CEN (Command & Control Engineering Center) located in Portsmouth, VA. (2) Nature and/or description of the action being approved. SA-850/1A Sound Signal to be used as spares. (3) A description of the supplies or services required to meet the agency's needs C2CEN was designated the System Development Agent (SDA) for SRAN/ATON Fog Horns. In order to carry out SDA duties, the existing SA-850 Fog Horns installed at Coast Guard Aids are no longer built by the Manufacture. Buying the last two sound signals as spare to support those that are currently in Coast Guard inventory. SA-850/1A Sound Signal (Complete), P/N1000-3203, 2 EA (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 there, of, when it is 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. Automatic Power is the sole manufacturer of the SA-850 Fog horn sound device, including repair parts and does not sell this item through distributors. In addition, SA-850 Sound Signal employs control interface circuitry which is compatible with other SRAN product line equipment (i.e. fog detectors, Audio Visual Controllers, etc.) used by the USCG that controls the other sound signals. All centralized training performed at the National Aids to Navigation (NATON) School is taught on sound signals supplied by API. Their sound signals are listed in COMDTINST M16500.3A, Aids to Navigation Manual-Technical as the standard signals used at solar powered and commercially powered lights. In addition to centralized training, the components are repaired at our Engineering Logistics Center (ELC) Laboratory under a mandatory turn-in program. The SA-850 operates in Extreme surf conditions that are better suited to offshore platforms. (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. A solicitation is to be posted on FEDBIZOPPS (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Cost to replace all SA-850 horns in the system plus redoing all ATON training will be $3,300,000 (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 of ½ to 1 mile sound signals reveals multiple sources, but none of them meet the standardization requirements set forth in COMDTINST M16500.3A, the low operating frequency of the SA-850 to prevent noise complaints, compatible with the standard parts repaired at the ELC Lab and similar enough that teachings at the NATON School apply to their products. The API SA-850 sound signal uses components manufactured by them, or specially made for them by outside sources. Drawings detailing construction, tolerances and setup are proprietary to API. No other vendor sells the SA-850 sound signal as API is the only known source. Award to another vendor for a signal other than the SA-850 will result in substantial duplication of costs to the Coast Guard for training and 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. Based on the costs to completely replace the SA-850, around the Coast Guard. $200,000 would be cost to replace and an additional $500,000 to redo the existing Coast Guard Training Plan for a total of $800,000. (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 certification that the justification is accurate and complete to the best of the contracting officer's 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 Governments 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 Alan B. Davis Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC5059/listing.html)
- Record
- SN02795096-W 20120707/120705235512-45116d0aabe0df47669d4fd6b2e6b81b (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 |