SOLICITATION NOTICE
U -- Purchase of High Frequency Radio Training
- Notice Date
- 3/29/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support 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
- HSCG44-13-Q-PC6027
- Archive Date
- 4/23/2013
- 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 HSCG44-13-Q-PC6027. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 611710. The SBA size standard is $7.0 million. Due to this Acquisition being considered to be a Sole Source Procurement it is not anticipated that the Contracting Officer will receive two (2) or more Offers from qualified Small Business Concerns; therefore in accordance with FAR 19.502-2(a), this IS NOT A Small Business Set-A-Side. The training is to be performed using an authorized curriculum by Sunair Electronics. Substitute proposed curriculums will NOT be considered for Award. See justification for Other than Full and Open Competition (JOTFOC) below. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA 23703, intends to purchase (1) Training and Onsite Groom. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these items. Requests for specifications and drawings will be disregarded. Any Offeror that are authorized Distributors of Sunair Electronics and can provide the training as requested are encouraged to provide a Firm Fixed Price Quotation in regards to this FedBizOps Solicitation. The USCG/Government intends to award a Purchase Order resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered. See the Statement of Work (SOW) for required training date. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Prices and Travel Expense Information by 8 April 2013 @ 7:00AM EST. Firm Fixed Price Proposals should be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Company DUNS, TIN, CAGE Code, (5) Payment Terms, (6) Discount offered for prompt payment. Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil. Anticipated Award Date for the Purchase Order is 12 April 2013, this date is approximate and not exact. Schedule B: Line Item 1: One (1) each of: Four (4) days of Operation and Maintenance training for up to six (6) members to be held at USCG Portsmouth RF Comms Lab, Portsmouth, Virginia on the RT-9000 Series LPA-9600 Power Amplifier, F-9800 Pre/Post-Selector (Operation Only), CU-9150, and CU-9125 Systems. Training and system groom will be performed in accordance with the Statement of Work (below). Line Item 2: One (1) each of: Travel and Expenses STATEMENT OF WORK START: Upon Award COMPLETE: 1 August 2013 SHORT TITLE: Sunair Electronics RT-9000 High Frequency Radio Communication System OEM Training and Equipment Groom 1. PLACE AND DATE OF PERFORMANCE: USCGC C3CEN 4000 Coast Guard Blvd. Portsmouth, Virginia 23703 Date: The week of 29 April 2013. Possibly later date to be determined by C3CEN Project Manager, as agreed upon by Sunair Electronics, but prior to 1 August 2013. 2. REFERENCES: a. Industrial Security Manual for Safeguarding Classified Information - DOD 5220.22M b. Joint Federal Travel Regulations (JFTR) - NAVSO P-6034 3. SPECIFICATIONS: Not applicable. 4. SECURITY REQUIREMENTS: All personnel requiring access to classified spaces on Coast Guard units shall require a current security clearance with a minimum level of SECRET. The contractor shall submit a request for authorization in accordance with DOD 5220.22M (Industrial Security Manual for Safeguarding Classified Information) no later than one (1) week before each unit visit. Requests shall be forwarded via the individuals listed below for certification of need-to-know by the specified COTR/ACOTR. DD-245 of reference (a) applies. C3CEN maintains a list of Personnel Security Clearances. A "Visit Request/Coordination" message will be issued by the Project Manager. Contractor personnel not on the C3CEN list will need to be added. The Contractor's Facility Security Officer (FSO) shall contact ELC2 Burton DeShayes at (757) 638-2718 to have names added. The FSO will be responsible to provide the clearance information to the unit being visited for those names not currently on the C3CEN list. All Contractor personnel requiring routine access to a Coast Guard Computer Information System or requiring Public Key Infrastructure (PKI) authentication to perform their required duties under this task shall require a Common Access Card (CAC). Contractor employees working on-site at Government facilities shall wear a valid Contractor's identification card. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government-issued badge in plain view above the waist at all times. 5. KEY PERSONNEL: 5.1 Sunair Electronics Representative: Sunair Electronics Funding/Contracting Representative: Mr. Sartaj Narang 3131 SW 42nd Street Fort Lauderdale FL 33312 Phone: (954) 623-3131 Fax: (954) 610-5610 sartaj.narang@sunairelectronics.com 5.2 US COAST GUARD COMMAND, CONTROL AND COMMUNICATIONS CENTER (C3CEN) REPRESENTATIVES: USCG Contracting Officer: Mr. James Lassiter, Contracting Officer USCG C3CEN 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone number (757) 686-2149 james.a.lassiter@uscg.mil USCG Project Manager/COR: ELC2 Travis Wood USCG C3CEN, CT-R1, 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: (757) 686-6793 Travis.j.wood@uscg.mil 6. DESCRIPTION OF WORK: 6.1 RT-9000 System Equipment Groom/Validation: C3CEN lab contains an RT-9000 mockup which contains two complete RT-9000 systems. One day will be used to conduct an equipment groom, alignment, and validation to verify the system and ensure it is properly installed. Equipment to be groomed is three (3) of the RT-9000 transceivers, one (1) of the LPA-9600, one (1) of the CU-9150, one (1) of the CU 9125, two (2) of the F-9800s, one (1) of the RCU-9310. Additionally one (1) RT-9000 and one (1) LPA-9600 are available for troubleshooting purposes at the end of the training as they are both OOC. 6.2 RT-9000 Equipment Training: 6.2.1 Conduct four (4) days equipment maintenance and operations training on installed RT-9000 equipment located in C3CEN's RF COMMS Lab. Appropriate test equipment to be supplied or arranged for by Sunair Electronics, Inc, some equipment is available on site. The training shall include but is not limited to the below topics. A lesson plan outlining the training curriculum and student training handouts containing the core curriculum are to be provided by the contractor for each attendee. The course will provide hands-on practical instruction for system operation, and trouble-shooting the RT-9000 Series equipment. The maintenance training will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level with emphasis on the use of the built in test equipment (BITE). The course syllabus for the proposed operator/maintenance training is as outlined in the below sections. 6.2.2 RT-9000B HF/SSB Transceiver with ALE The training shall include introduction to RT-9000B including theory of operation, RT-9000B capabilities and characteristics, demonstrate set up, and operation of the RT-9000B. Students will perform hands-on operation of RT-9000B. Signal flow and circuitry of the RT-9000B (in and outs of LRUs needed to determine the faulty module). a. Introduction to RT-9000B. b. RT-9000B capabilities and characteristics. c. Demonstrate set up, and operation of the RT-9000B. d. Students perform hands-on operation of RT-9000B. e. Theory of operation of the RT-9000B. f. Signal flow and circuitry of the RT-9000B. g. Advanced Operations h. Receiver Scanning i. Automatic Link Establishment (ALE) Programming j. Automatic Link Establishment (ALE) Operation k. Sounding l. All Call m. Break Link Common n. Demonstration of BITE troubleshooting. o. Demonstration of troubleshooting, isolating the problem to the LRU. p. Demonstration of removal and replacement of LRU's. q. Demonstration of field alignments of the RT-9000B. 6.2.3 HF Radio RCU-9310 Family The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation, and trouble-shooting the RCU-9310 Series equipment using the Built-in Test Equipment (BITE).The training will enable installation, operation, and maintenance. The maintenance training will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level with emphasis on the use of the equipment built in test equipment (BITE). The training shall include: a. Introduction to RCU-9310. b. RCU-9310 capabilities and characteristics. c. Demonstrate set up, and operation of the RCU-9310. d. Students perform hands-on operation of RCU-9310. e. Theory of operation of the RCU-9310. f. Signal flow and circuitry of the RCU-9310. g. Advanced Operations h. Receiver Scanning i. Automatic Link Establishment (ALE) Programming j. Automatic Link Establishment (ALE) Operation k. Sounding l. All Call m. Break Link Common n. Demonstration of BITE troubleshooting. o. Demonstration of troubleshooting, isolating the problem to the LRU. p. Demonstration of removal and replacement of LRU's. q. Demonstration of field alignments of the RCU-9310. 6.2.4 CU-9125 and CU-9150 Couplers The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation, and trouble-shooting the CU-9125/9150 Antenna Couplers. The maintenance training will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level. The training shall include: a. Introduction to CU-9125/9150. b. Operation: Antenna Coupler Tuning c. Theory of Operation - General d. Antenna Tuning Network e. Detector/Pad Assembly f. Computer Board Assembly g. RF Assembly - Theory of Operation h. Mother Board i. Maintenance and Troubleshooting Overview j. Demonstration of troubleshooting, isolating the problem to the LRU. k. Preventative Maintenance l. Cover Removal and Inspection m. Performance Tests n. Computer Board Alignment Procedure o. Coupler Test p. Alignment for Detector/Relay Pad q. Installation and Mounting r. Antennas and Ground Systems. s. Checks after Installation 6.2.5 LPA-9600 1KW Amplifiers The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation and trouble-shooting the LPA-9600 1KW Amplifier. The training will enable installation, operation, and maintenance training which will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level. The training shall include: a. Introduction to LPA-9600. b. LPA-9600 capabilities and characteristics. c. Demonstrate set up, and operation of the LPA-9600. d. Students perform hands-on operation of LPA-9600 e. Theory of operation of the LPA-9600 f. Signal flow and circuitry of the LPA-9600. g. Advanced Operations h. Demonstration of BITE troubleshooting. i. Demonstration of troubleshooting, isolating the problem to the LRU. j. Demonstration of removal and replacement of LRU's. k. Demonstration of field alignments of the LPA-9600 6.2.6 F-9800 Pre/Post Selector The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation, and trouble-shooting the F-9800 1KW Amplifier. The training will enable installation, operation, and maintenance training which will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level. The training shall include: a. Introduction to F-9800. b. F-9800 capabilities and characteristics. c. Demonstrate set up, and operation of the F-9800. d. Students perform hands-on operation of F-9800. e. Theory of operation of the F-9800. f. Signal flow and circuitry of the F-9800. g. Advanced Operations h. Demonstration of BITE troubleshooting. i. Demonstration of troubleshooting, isolating the problem to the LRU. j. Demonstration of removal and replacement of LRU's. k. Demonstration of field alignments of the F-9800 l. Practical application with expert electronics technicians/engineers in test lab. 7. GOVERNMENT-FURNISHED INFORMATION: Not applicable. 8. GOVERNMENT-FURNISHED MATERIAL: Not applicable. 9. GOVERNMENT-FURNISHED EQUIPMENT: TMR-90 V (2) (modified) equipment suite. System remains Property of C3CEN. 10. CONTRACTOR-FURNISHED EQUIPMENT: Sunair Electronics, Inc. shall provide test equipment needed for equipment groom that is not available on site. Sunair shall provide a lesson plan containing an outline of each days learning objectives and training topics. Sunair shall provide handouts which contain the training subject matter and allow members to follow along during instruction. 11. CONTRACTOR-FURNISHED MATERIAL: Not applicable. 12. TRAVEL REQUIREMENTS: 12.1 Travel will be required and will be reimbursed in accordance with the JFTR. The total dollar amount for travel and subsistence/per diem shall not exceed the negotiated Not-To-Exceed amount identified on the Purchase Order. For the purposes of clarification, this Purchase Order will require travel to places of performance identified in paragraph 1. 13. TRANSPORTATION OF EQUIPMENT/MATERIAL: Not applicable. 14. DATA DELIVERABLES: a. Lesson Plan Outline. b. Handouts to training participants covering key learning objectives allowing members to follow along with the training and take notes. 15. SUBCONTRACTING REQUIREMENTS: Not applicable. 16. ACCEPTANCE: All work performed, all materials and all data provided under this purchase order will be made available for inspection of compliance with requirements of this delivery order and be reviewed as accomplished by the designated remote site personnel with final acceptance by the COR. 17. OTHER CONDITIONS/REQUIREMENTS: Not applicable. 18. LIST OF ATTACHMENTS: Not applicable. PROVISIONS / CLAUSES • The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 -- Instructions to Offeror's -- 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, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 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 addenda's. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013) 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 (Dec 2012). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. • 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 (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (Mar 2007) FAR 52.222-35 -- Equal Opportunity for Veterans (Sep 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 Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-50 -- Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.225-1 -- Buy American Act - Supplies (Feb 2009) FAR 52.225-13 -- Restriction on Certain Foreign Purchases (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.232-33 -- 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 THEN 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 and/or description of the action being approved: This will be a Sole-Source procurement to provide Training as well as Onsite Groom. 3. Description of supplies or services required to meet the agency's needs (including the estimated value): Sunair Electronics shall provide onsite Training and a system groom to be conducted in C3CEN's Radio Communications lab facility. Four (4) days of Training will be provided to six (6) technicians from C3CEN's System Support group, System Development Group and Engineering Repair Facility (ERF) Baltimore, Maryland. Total Estimated Value: $9,500.00 4. An Identification of the statutory authority permitting other than Full and Open Competition: As stated in FAR 6.302-1(2)(iii), for DOD, NASA and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued prevision of highly specialized services when it is likely that award to any other source would result in- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition. 5. A Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. C3CEN is the Center of Excellence for the Sunair RT-9000 series of radios. The hardware is manufactured and supported by Sunair Electronics. Sunair Electronics is the Original Equipment Manufacturer of the RT-9000 radio series. They are the premier provider of Technical Services and Training of the RT-9000 radios, market research has proven there are no alternative resources for Training and Onsite Groom. 6. 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 FAR 5.202 applies: Searches conducted via internet and other sources show there are no providers of Training and Onsite Grooms other than the Original Equipment Manufacturer, Sunair Electronics. Building the in-house knowledge garnered from the Training will remove the need for future evolutions. 7. Determination by the Contracting Officer that the anticipated cost to the government will be fair and reasonable: A comparison to training provided by Thales Communications for their radio system under IDIQ Contract DTCG84-D-ATT131-P00013 would be approximately $10,204.00; in comparison Sunair Electronics quotation is on par with industry norms. 8. Description of Market Research conducted (see Part 10) and the results or a statement of the reason market research was not conducted: Market research was conducted and this support cannot be purchased through Third Party companies. Market research has also shown that the quotation submitted by Sunair Electronics to provide training is on par with other manufacturer offerings. 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: Riimic LLC. dba Sunair Electronics 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 USCG, 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 ELC2 Travis J. Wood USCG, Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PC6027/listing.html)
- Record
- SN03024810-W 20130331/130329235020-f17fcb627b0706f28c0a6330b7f70043 (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 |