SOLICITATION NOTICE
58 -- PURCHASE OF DIGITAL VOICE LOGGER ITEMS
- Notice Date
- 9/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic 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-PC4122
- Archive Date
- 9/29/2012
- 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 Subpart 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-PC4122. 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. The North American Industry Classification System (NAICS) is 334419. The SBA size standard in Employees is 500 EMP. Due to this Acquisition being considered to be a Brand Specific 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 items are to be "Named Brand" manufactured by EVENTIDE. 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, 1 EA of- NexLog 740 base system, 1 EA Upgrade to 2 x 1TB Hot Swap, 1 EA two DVD-RAM Drives, 1 EA Rack mount Slides, 1 EA Integrated 7" Color LCD Touch Screen Display, 1 EA 8 Channel Analog Card, 1 EA Quick Install Kit. Note: The Government/USCG reserves the right to Award on an All or None Basis that is the Gov may issue a PO Contract to the Offeror that submits the Lowest aggregate price rather than issue a PO Contract to each Offeror on the basis of the lowest Quotation on each item 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 Eventide Distributors 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. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Company DUNS, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Sep/14/2012@7:00AM EST. Email quotes to the POC Beverly A. Turman-Dawson, Acquisition Specialist,beverly.a.turman-dawson@uscg.mil. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Delivery Information by Sep/14/2012@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 Sep/14/2012, this date is approximate and not exact. Schedule B: Line Item 1: 5 EA of - Nexlog 740 Base System Line Item 2: 5 EA of - Upgrade to Dual 1TB Hot Swap RAID1 Drives, P/N 105311 Line Item 3: 5 EA of - Dual Multi-Drives for DVD-RAM, P/N 105319 Line Item 4: 5 EA of - 4 Post Rack Mount Slides, P/N 324430 Line Item 5: 5 EA of - Integrated 7" Color LCD Touch Screen Display, P/N 105301 Line Item 6: 5 EA of - 08 Channel Analog Record Card w/ 8 Channel License, P/N 105284-008 Line Item 7: 5 EA of - Quick Install Kit for NexLog 740, P/N 109033-003 Line Item 8: 1 EA of- Shipping (If Applicable) 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 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 (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. Agency and contracting activity: The Department of Homeland Security, U.S. Coast Guard Command, Control and Communications Engineering Center (C3CEN). 2. Nature/description of the action being approved: In accordance with CG telecommunications policy, REF COMDT COGARD WASHINGTON DC MSG R 081205Z NOV 11, Digital Voice Loggers (DVL) is required to capture and maintain a record of telephone and voice radio communications where such communications may relate to the safety of life and property and CG tactical communication operations. The DVL chosen must be CG approved and meet the strict size requirements for implementation in the Mobile Contingency Communications (MCC) assets, the Enhance Mobile Incident Command Post (eMICP) and the Mobile Communications Vehicle (MCV). The approved small form factor DVL is the Eventide Nexlog 740, which meets the MCC requirement 3u or less rack space. 3. Description of supplies/services: A Purchase Request will be issued for the purchase of: 5 each Nexlog 740 Base Systems, Dual 1 TB Hot Swap RAID1 Drives, Dual Multi-Drives for DVD-RAM, associated rack mount slides, integrated 7\\\" color LCD Touch Screen Display, 5 08 channel analog record cards with 08 channel license, quick install kits for Nexlog 740 and shipping. The parts requested make up 5 Nexlog 740 DVL set ups. Total Estimated Value: $45,000.00 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: The Eventide DVL is implemented on the CG Fast Response Cutters (FRC) and support is already in place. Additionally the Eventide Nexlog 740 meets the strict space restrictions of the MCC assets. 6. 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. 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 competition on FEDBIZOPS 8. Description of Market Research: Market research as prescribed in FAR Part 10 was conducted. Eventide provided pricing as well as contact information for their authorized retailers. The market research showed that Carolina Recording Systems Inc provided the best quote. 9. Any other facts supporting the use of other than full and open competition: None at this time 10. Listing of sources, if any, that expressed, in writing, an interest in the acquisition: Eventide Inc. Carolina Recording Systems Lauttamus Communications 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 LT Jennifer Rogers Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC4122/listing.html)
- Record
- SN02876220-W 20120912/120911001623-4d43dc780d174acf0dc3c5200ef7f2ad (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 |