SOLICITATION NOTICE
58 -- Purchase of High Frequency, High Power Diplexers - Specifications Document
- Notice Date
- 8/31/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG44-15-Q-PC4095
- Archive Date
- 9/29/2015
- 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
- Specifications Document for High Frequency, High Power Diplexers This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 HSCG44-15-Q-PC4095. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-83. This procurement will be processed in accordance with FAR Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items. The North American Industry Classification System (NAICS) is 334220. The SBA size standard is 750 Employees. This IS A TOTAL Small Business Set-A-Side. All Items are to be NEW ITEMS. Used or Refurbished items are NOT acceptable and will not be considered for Award. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703-2199 has a requirement to procure ten (10) High Frequency, High Power Diplexers in accordance with the Schedule B below and the attached Specifications Document. Any Offerors that can provide the items IAW the Specifications Document as requested are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops RFQ Solicitation. The Government intends to award a Purchase Order 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 120-180 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG CAMSPAC, Bolinas, CA. 94924. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by September 14, 2015 @ 7:00 AM EST. Delivery Information is to include Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/Government. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Payment Terms, (5) discount offered for prompt payment, (6) Company DUNS and Cage Code. Email quotes are acceptable and may be emailed tot D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is September 17, 2015 this date is approximate and not exact. NOTE: This IS A TOTAL Small Business Set-A-Side. INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming Services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. SCHEDULE B Line Item 1: 03 each of Diplexer #1 (center frequency 7.3 MHz, avg I/P power 5 kw) IAW attached Specifications. Line Item 2: 03 each of Diplexer #2 (center frequency 14.946 MHz, avg I/P power 5 kw) IAW attached Specifications. Line Item 3: 03 each of Diplexer #3 (center frequency 10.636 MHz, avg I/P power 10 kw) IAW attached Specifications. Line Item 4: 01 each of Diplexer #4 (center frequency 10.636 MHz, avg I/P power 5 kw) IAW attached Specifications. Line Item 5: If applicable; Shipping to Bolinas, CA. 94924 Email quotes are acceptable and may be emailed tot D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil PROVISIONS / CLAUSES: • The Following FAR Provisions apply to this Solicitation: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance and quality. Note: Past Performance will be checked/evaluated via a search on the PPIRS (Past Performance Information Retrieval System) Website via a Performance Report Card. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Mar 2015) to include Alt I (Oct 2014). An Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an Offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the Offeror shall complete only paragraphs (c) through (o) of this provision. • The Following Clauses apply to this Solicitation and awarded Contract. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2015) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) 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 System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - 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 52.203-6 - Restrictions on Subcontractor Sales to the government (Sept 2006) FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 - Utilization of Small Business Concerns (Oct 2014) FAR 52.219-14 - Limitations on Subcontracting (Dec 1996) FAR 52.219-16 - Liquidated Damages - Subcontracting Plan (Jan 1999) FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Jan 2014) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (May 2007) FAR 52.222-35 - Equal Opportunity for Veterans (Jul 2014) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Jul 2014) FAR 52.222-37 -- Employment Reports on Veterans (Jul 2014) FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50 -- Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in certain Activities or transactions Relating to Iran - Representation and Certifications (Dec 2012) FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) (31 U.S.C. 3332) FAR 52.223-40 - Providing Accelerated Payment to Small Business Subcontractors (Dec 2013) FAR 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) • The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management (Jul 2013) and FAR Provision 52.204-8, Annual Representations and Certifications (Dec 2014). In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest. Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for reasons of unusual and compelling urgency or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program shall be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. The Ombudsman Hotline telephone number is 202.372.3695.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/97fc89b467bdc08fde0b7d89083743a4)
- Record
- SN03863410-W 20150902/150831235221-97fc89b467bdc08fde0b7d89083743a4 (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 |