SOLICITATION NOTICE
59 -- PURCHASE OF ELECTRONIC ITEMS
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral 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-PCZ523
- Archive Date
- 9/27/2012
- 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-PCZ523. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 334119. The SBA size standard is 1000 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: National Instruments Corporation for the purchase of National Instruments PXI Test Platform for the USCG C3CEN ERF located at Baltimore, MD. 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: National Instruments Corporation, 11500 N. Mopac Expressway, Austin, Texas 78759; Cage Code 64667. 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: SEP/6/2012. 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 SEPT/12/2012 @ 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 are acceptable and may be emailed to the POC Jermaine T. Perkins, SK2 Contractual Specialist Jermaine.T.Perkins@uscg.mil Anticipated Award Date for the PO Contract is SEPT/12/2012, this date is approximate and not exact. Schedule B: Line Item 1: (2) M/P:779087/PXI-5422 Arbitrary Waveform Generators Line Item 2: (2) M/P:778827-01/SMB112 Double Shielded SMB to BNC Male Coax Cables Line Item 3: (2) M/P:188859-01/SMB200 SMB Plug to SMB Plug Coax, 50 Ohm, 1M Line Item 4: (2) M/P:960454-03/Compliant Calibrations for NI Signal Generators 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 2011). 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: FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (APR 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) (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 2006) (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 (AUG 2011) 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. Agency and contracting activity: U.S. Coast Guard Command, Control and Communications Engineering Center (C3CEN), 4000 Coast Guard Blvd, Portsmouth, VA 23703 2. Nature/description of the action being approved: The U.S. Coast Guard C3CEN Electronics Repair Facility (ERF) has a requirement for the purchase of an automated test device to be used immediately for troubleshooting and repair 3. Description of supplies/services: See Schedule B: Total Estimated Value: 15,000.00 4. Identification of the justification and the rationale: This statutory authority permitting other than full and open competition is 10 USC 2304(c) (1) implemented by FAR Subpart 6.302-1, entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". 5. Demonstration that the nature of the acquisition requires use of authority cited: National Instruments is the OEM. These cards will enable both PXI systems to test the 300 Watt Amplifier card (HHF ERG III), with the proper amplitude from 3 to 30 MHz, the way they are supposed to be tested. Only by utilizing hardware and software from National Instruments are we guaranteed to have no configuration conflicts; allowing us to concentrate on our core mission of circuit card repair. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable: RFQ will be posted on FEDBIZOPS with the statement that any Contractor that feels they can provide the items as listed may provide a quotation 7. Determination by the Contracting Officer that the anticipated cost to the government will be fair and reasonable: The Contracting Officer will determine fair and reasonableness based on past purchase of similar or same items. 8. Description of Market Research: Market research as prescribed in FAR Part 10 was conducted by Market revealed no other sources for the required items. National Instruments is the OEM. 9. Any other facts supporting the use of other than full and open competition: The Coast Guard's decision to use the National Instruments PXI system was made in late October 2008, when LSU ordered a $41,000.00 PXI system. Upon the closing of LSU, we obtained this system from them via 1149, ordered the plug in modules and software needed to upgrade the unit to our specifications, and began to write automated tests for our circuit cards. The C3CEN ERF has spent an additional $90K on another PXI system and additional parts, for a total of $131K invested by the Coast Guard in this system. We have been successful so far because National Instruments provides outstanding after- purchase support through their web site, discussion forums, regular software updates, engineer help lines and on-site tech assist visits. We believe we will be successful in the future because we buy test equipment that meets our needs today and will surpass our expectations tomorrow. National Instruments products have proven to be successful. 10. Listing of sources, if any, that expressed, in writing, an interest in the acquisition: None at this time 11. Statement of actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisitions for supplies or services required: None at this time 12. Contracting Officer's Certification: I certify that this requirement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is accurate and complete to the best of my knowledge. 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 Kimberly Lewis Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PCZ523/listing.html)
- Record
- SN02873762-W 20120909/120908002323-ea7e3aa6877491d79a9f43b59a2144ea (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 |