Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
SOLICITATION NOTICE

59 -- Fabrication of AC Flash Controller USCG Part # GCF-RWL-2106 - Appendix B Technical Specifications - Appendix C Technial Drawings - Attachment B AC Flash Controller Technical Manual - Attachment A Packing and Marking Instructions - Appendix A Bench Test

Notice Date
9/3/2015
 
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), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCG44-15-Q-N0031
 
Archive Date
9/26/2015
 
Point of Contact
Katherine Marie Kearney, Phone: 7572952280, Jessica Coltz, Phone: 7576866846
 
E-Mail Address
katherine.m.kearney@uscg.mil, jessica.l.coltz@uscg.mil
(katherine.m.kearney@uscg.mil, jessica.l.coltz@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Test Requirements Packing and Marking Instructions AC Flash Technical Manual Appendix C Technial Drawings Appendix B Technical Specifications 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-N0031. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83_8-3-15. This procurement will be processed in accordance with FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) is 335999. The SBA size standard is 500 Employees. This IS A TOTAL Small Business Set-A-Side. All Items are to be fabricated and assembled in accordance with the attached SOW. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703 has a requirement for the fabrication of an AC Flash Controller (ACFC) Government Part # GCF-RWL-2106, for the USCG C3CEN ERF located at Baltimore, MD. The Coast Guard owns the drawings and the technical data, and will provide the required specifications for this item. The specifications and the drawings are provided as Appendix B & C. The Coast Guard is also providing Government Furnished Material (GFM). A. Flasher, Solid State - Part # BM-94038 (CG-504), Federal Stock Number (FSN) 5945-01-561-4709, QTY: 20 ea B. XP Power Inc - Part # DNR30US12 Power Supply, FSN 6130-01-626-1475, QTY: 20 ea C. ACT Communications - Part # 452-120S-040-P-W Transient Suppressor, FSN 5920016268038, QTY: 20 ea The Government furnished material listed as items (A), (B) and (C) are component parts of a higher assembly and will lose their identity through incorporation of the fabricated end item AC Flash Controller (ACFC) Government Part # GCF-RWL-2106. The Government Material is provided to ensure that the Item's (A)-(C) are incorporated into the end item ACFC. The purpose of providing the Government provided material is to lower the Government's risk for proper operation in accordance with the Government owned standard design, and to ensure proper interface with the USCG system. Substitution for these parts is not acceptable. The Government Material will be available no later than 30 days after Purchase Order award, and will be held at the Contractor's facility until the material is incorporated into the end item for delivery to the Government. Offerors are request to submit description of the offeror's property management system, plan, and any customary commercial practices, voluntary consensus standards, or industry-leading practices and standards to be used by the offeror in managing Government property. Government Furnished Information Includes Attachment B the AC Flash Controller Technical Manual, and Appendix B and C for the required Specifications and Drawings. Offerors are also requested to provide a brief narrative describing past projects that are similar in technical complexity. Items are to be shipped IAW Attachment A "Packing and Marking Instructions" The Required Delivery Date is 12 Months ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN ERF 2401 Hawkins Point Road, Baltimore, MD 21226. Any Small Business Offerors that can provide the end items in accordance with the Statement of Work provided are encouraged to provide a Firm Fixed Price Quotation in accordance with (IAW) this Fed-Biz-Ops RFQ Solicitation. The Government intends to award a purchase order resulting from this solicitation to the responsible bidder that provides a firm fixed price proposal conforming to the solicitation that will be most advantageous and provide the best value to the Government. Best value is expected to result from selection of a technically acceptable quotation with the lowest evaluated price. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by September/11/2015 @ 12:00pm 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) Total Price, (5) Payment Terms, (6) discount offered for prompt payment, (7) Company DUNS and Cage Code. (8) Contractor's Taxpayer Identification Number (TIN). Email quotes to the POC Katherine Kearney, Contract Specialist Email: Katherine.M.Kearney@uscg.mil. 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. Statement of Work A. GENERAL INFORMATION Title of Project: AC Flash Controller Background: The GCF-RWL-2106, AC Flash Controller (ACFC), provides daylight control and flash characteristics of the main light for Alternating Current (AC) powered Light Houses. The AC Flash Controller flashes AC lamps from 1000 to 2000 watts where an emergency light is not required and the light is not monitored. Additionally, it is used to control flashing range lights from 1000 to 2000 watts at Category C-D/N or Category C-24 Ranges. Scope of Work: This SOW defines the delivery of AC Flash Controller hardware to USCG C3CEN. As such, the contractor shall be responsible for the fabrication, assembly, test, verification and delivery of twenty (20) GCF-RWL-2106 USCG AC Flash Controller units. The contractor shall, except as otherwise specified in this SOW or in the Purchase Order, shall furnish all personnel, facilities, materials, services, and other items and functions necessary to complete the work. Acceptance of the work by USCG C3CEN shall occur upon successful completion of the requirements and deliverables as specified in the Purchase Order and subsequent approval by the contracting officer. Type of Contract: This is a Firm Fixed Price (Best Value Source Selection) procurement and will be solicited on small business set-aside, on a small business competition basis through the use of negotiations. The Government retains the right to award without discussions. B. CONTRACTOR REQUIREMENTS The work required by this contract shall be performed in accordance with AC Flash Controller drawings and technical specifications and this Statement of Work (SOW). 1. Specification Requirements: This specification covers the requirements for environmentally-sealed AC input, DC output ACFC, which will operate 120 VAC incandescent lamps in a flash mode operation. 2. Power Requirements: The ACFC shall operate under normal commercial power conditions. 3. ACFC Housing: The ACFC shall be housed in a NEMA 4 enclosure approximately 16 inches long, 14 inches wide, and 6 inches deep; with four feet for mounting, and padlock latches for security. The enclosure shall accommodate stuffing tubes for cable feed-through and watertight conduit hubs for installation of a daylight control using an NPT pipe fitting connection. 4. Mounting plate: components shall be installed on a mounting plate made of aluminum or other metal. The mounting plate shall be approximately 14.75 inches long and 12.88 inches wide. The mounting plate shall be securely attached to the inside of the NEMA 4 Enclosure. 5. Terminations: Internal and external fittings, plugs and connectors are required and shall be supplied by the contractor. 6. Mil-S-19622 Straight Type, Size 2 Nylon Stuffing Tubes shall be assembled according to manufacturer's guidelines; secured with a 3/4 inch steel conduit locknut. 3/4 inch NPT acceptance female hubs shall be used for daylight control fittings. (MIL Spec can be located at http://quicksearch.dla.mil/) 7. Corrosion Resistance: All hardware shall be corrosion resistant, 316 grade stainless steel. 8. Identification and Markings: Standard accepted commercial practices shall be used for all Identification and Markings of material. Warning Labels for 120 volts AC and any other hazard condition are required. 9. Identification Plate: An Identification Plate containing the following information shall be located on the front center of the Power Supply facing out. The plate shall be made of 26 gauge, 302 grade stainless steel, #4 polished finish with black etched letters. The Identification Plate shall be engraved and configured to include the box receptacles information. Marking for shipment and storage shall be in accordance with MIL-STD-129R. The plate shall be attached to the case via a method that will preserve environmental integrity. (MIL Spec can be located at http://quicksearch.dla.mil/) 10. Fabrication: The contractor shall fabricate the ACFC Controller to meet the specification and criteria of AC Flash Controller drawings (Appendix C), and technical specifications (Appendix B). The AC Controller shall meet the form-fit-function requirements (Reference Section B of the SOW, items #1-9). If design characteristics are found to inhibit or make fabrication unnecessarily costly but that do not otherwise alter performance or system effectiveness characteristics; the Contractor can recommend a design change by submitting to the Contracting officer documentation to include design drawings and technical details. Design changes shall be reviewed and approved by the Contracting Officer. No changes to design shall be executed without Contracting Officer's approval. 11. Test and Evaluation: All ACFC units shall be tested in accordance with the AC Flash Controller System Operation Verification Test (SOVT) in Appendix A. Testing may be conducted at the contractor's facilities or at an independent laboratory or commercial testing facility. The Contractor shall complete a successful test in accordance with Appendix A on the 1st unit before proceeding to fabricate the remaining 19 units. All test results shall be delivered to the Contracting Officer. The test results shall include a statement that details any failures or conflicts, or a statement that tests were successful. 12. Physical Security of Government Furnished Material: The Contractor shall demonstrate in writing what arrangements they have made to safeguard Government Furnished Material. 13. Deliverables: The contractor shall meet all deliverables in Section D. C. GOVERNMENT RESPONSIBILITIES Government Furnished Material (GFM). The government will supply the items listed below as GFM to the contractor not later than 30 days after award of this contract. The GFM will remain with the contractor for duration of the contract. The Contractor shall notify the Contracting Officer if the GFM cannot be used in the fabrication of the ACFC as soon as a problem with the GFM is discovered. The above listed Government Material is offered for use on a rent free basis, and any charges that would be charged in accordance with FAR 52.245-9 Use and Charges would be the replacement value of the items listed and Government Furnished Material. The Government furnished material listed as items (A), (B) and (C) are component parts of a higher assembly and will lose their identity through incorporation of the fabricated end item AC Flash Controller (ACFC) Government Part # GCF-RWL-2106. The Government Material is provided to ensure that the Item's (A)-(C) are incorporated into the end item ACFC. The purpose of providing the Government provided material is to lower the Government's risk for proper operation in accordance with the Government owned standard design, and to ensure proper interface with the USCG system. Substitution for these parts is not acceptable. The Government Material will be available no later than 30 days after Purchase Order award, and will be held at the Contractor's facility until the material is incorporated into the end item for delivery to the Government. The Government Material is to be furnished in an "as-is" condition. All government property should be checked and inspected promptly when received. If there is any visible evidence of damage, contact the carrier and inform the contracting officer immediately. If there is no physical damage to the package, open the package and count the individual items and match the number on the delivery receipt to the number you have counted. Inspect each item for broken, bent, or otherwise defective parts. If there is any visible evidence of damage, inform the contracting officer immediately. The Government is providing the materials listed below: 1. Flasher, Solid State - Part # BM-94038 (CG-504), Federal Stock Number (FSN) 5945-01-561-4709, QTY: 20 ea 2. XP Power Inc - Part # DNR30US12 Power Supply, FSN 6130-01-626-1475, QTY: 20 ea 3. ACT Communications - Part # 452-120S-040-P-W Transient Suppressor, FSN 5920016268038, QTY: 20 ea 4. AC Flash Controller System Operation Verification Test (SOVT), QTY: 1 ea 5. ACFC Technical Manual, QTY: 1 ea 6. Technical Drawings, QTY: 1 ea D. DELIVERY OR DELIVERABLES 1. The contractor shall deliver twenty (20) ready for issue ACFC units in accordance with this SOW. 2. In the case of an approved design change, the contractor shall deliver all design and engineering diagrams and drawings used to develop the ACFC unit. 3. All ACFC units must have a 1 year manufacturer warranty from the date of acceptance. Quality Conformance Inspection Visual Inspection. All deliverables shall be examined where applicable to ensure compliance with requirements below: Test: 1. Inspect for loose or missing screws, bolts, nuts and fasteners. 2. Inspect all metal parts and wiring for dirt rust and corrosion. 3. Inspect for loose or missing parts, and cracked or broken parts. 4. Inspect for frayed or broken or insulation, broken wires, and bare wires or burnt insulation. Standard: 1. Screws, bolts, nuts and fasteners must be tight with none missing. 2. Metal parts and wiring must be clean and free of dust and corrosion. 3. All parts must be intact, without cracks, with no loose connections and no parts missing. 4. All wires must be securely soldered, with no breaks. There must be no bare wires or broken or burnt insulation. Acceptance. Final acceptance of products, services and documentation required herein shall be by letter of acceptance from the Contracting Officer. Any letter of acknowledgment of receipt of material shall not be construed as a waiver of review or as an acknowledgment that the material is in conformance with this work statement. The contractor shall ensure that all documentation delivered meets all contract requirements. Any approval given during preparation of the documentation or approval for shipment shall not constitute the final acceptance of the completed documentation. Preservation and Packaging. Preservation of the ACFC units shall be constructed using standard accepted commercial practices. Packing and Marking: Shall be in accordance with Packing and Marking Instructions (Attachment 1). The Contractor shall Mark each package with the following: ACFC Part #GCF-RWL-2106 AC Flash Controller ACN# 6350-01-015-3984 Purchase Order # HSCG44-15-P-N0031. Each Package shall include one unit. Serial No. (Enter the serial number of the unit enclosed starting with unit 1000), and Barcode of ACN (6350-01-015-3984) Ship all AC Flash Controllers to: Commanding Officer (031) USCG Engineering Logistic Center Moore Warehouse Complex, Bldg 88A 2401 Hawkins Point Road Baltimore, MD 21226-5000 M/F: Project 98A ACN: 6350-01-015-3984 Material Inspection and Receiving Report (Form DD-250). Material Inspection and Receiving Report (Form DD-250) shall used to document inspection, acceptance, receipt, and delivery/shipment of each ACFC. The Inspection and Test Record for each ACFC shall be listed by serial number on the form DD-250. A copy of the signed DD-250 shall be submitted to the Contracting Office. Reporting Requirements: The contractor is required to provide a monthly written progress report for the duration of entire contract period. The progress report shall include a summary of all the Contractor work performed, and assessment of the progress, schedule status, and any Contactor concerns or recommendations for the previous monthly period. The Contractor shall also describe the work to be accomplished during the subsequent period. This report shall also identify any problems, to include the status, and a description of the resolution, or planned resolution. The Contractor shall also provide comments in reference to schedule time line and state whether the work is on schedule for delivery within 12 months after award, or provide descriptions of problems encountered and the planned resolution to meet a timely delivery. Monthly status report is due NLT 15th of the month and shall report on activities for the prior month. Notice to offerors: All information and data related to this project that the contractor gathers or obtains shall be both protected from unauthorized release and considered the property of the government. The contracting officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. Press releases, marketing material, or any other printed or electronic documentation related to this project, must not be publicized without the written approval of the contracting officer. E. TRAVEL The principal place of performance is the contractor's facility. Accordingly, reimbursable travel and per diem for the contractor's employees performing work on a regular basis at this place of performance is not authorized. Any changes to this must be approved in advance by the contracting officer. F. SECURITY REQUIREMENTS: This task is not classified. No security clearance is required. G. PLACE AND PERIOD OF PERFORMANCE Place of Performance Performance will be at the Contractor's facility. Period of Performance The period of performance for this task shall commence on date of award and not to exceed twelve (12) months for delivery. All work must be scheduled to complete within this timeframe. Any modifications or extensions will be requested through the USCG contracting officer for review and discussion. PROVISIONS / CLAUSES: 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 (May 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. 52.212-1 Instructions to Offerors-Commerical Items (April 2014) 52.219-1 -- Small Business Program Representations. (Oct 2014) ALT I (Sept 2015) (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision. "Small disadvantaged business concern, consistent with 13 CFR 124.1002," means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Veteran-owned small business concern" means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) The North American Industry Classification System (NAICS) code for this acquisition is _________________________ [insert NAICS code]. (2) The small business size standard is _____________ [insert size standard]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (c) Representations. (1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that - (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (9) [Complete if offeror represented itself as disadvantaged in paragraph (c)(2) of this provision.] The offeror shall check the category in which its ownership falls: ___ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. 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. Full text may be accessed electronically at: www.acquisition.gov/comp/far/index.html FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) Alternate I (Nov 2011) FAR 52.219-28 - Post-Award Small Business Program Re-representation (July 2013) 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 (April 2015) FAR 52.222-26 -- Equal Opportunity (Mar 2007) FAR 52.222-35 -- Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212)FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37 -- Employment Reports on Veterans (Jul 2014) (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 52.225-1 -- Buy American Act - Supplies (May 2014) FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) (31 U.S.C. 3332) FAR 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.244-6 Subcontracts for Commercial Items (Apr 2015) FAR 52.247-32 -- F.o.b. -- Origin, Freight Prepaid (Feb 2006) FAR 52.247-34 -- F.o.b. - Destination (Nov 1991) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) • The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; • 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) • Contract Terms and Conditions - Commercial Items (May 2015) is tailored to include the following additional Federal Acquisition Regulation clauses and Homeland Security Acquisition Regulation Clauses. • Modifications/Changes for this Order shall be done pursuant of FAR Authority 52.212-4(c) Changes. • FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jun 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). ___ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). _X__ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __X_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (DEC 2014) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ___ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (11) [Reserved] _X__ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X__ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (13) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ___ (15) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (19) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (21) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _X__ (23) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ___ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). ___ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). X (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). X (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). X (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (37) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. X (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). X (39) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (40) (i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (Mar 2012) of 52.225-3. ___ (iii) Alternate II (Mar 2012) of 52.225-3. ___ (iv) Alternate III (Nov 2012) of 52.225-3. ___ (41) 52.225-5, Trade Agreements (Nov 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (48) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (51) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). ___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Reimbursable Transportation for FOB Origin, Freight Prepaid, Orders: Shipment to destination(s) shall be prepaid and subject to reimbursement. The transportation cost shall be shown as a separate item on the invoice. If shipping charges exceed $100.00, they must be supported by a CERTIFIED freight bill from the Shipping Company. Parcel Post shipment requires a notification on the invoice giving the mailing rate and parcel zone. Government Furnished Property (GFM) Estimated Value. Item Provided Estimated value A) Flasher, Solid State - BM-94038 (CG-504) $134.43 (ea) x 20 = $2688.00 B) XP Power Inc - DNR30US12 Power Supply $33.30 (ea) x 20 = $666.00 C) ACT - 452-120S-040-P-W Transient Suppressor $145.00 (ea) x 20 = $2900.00 One (1) copy of Technical Drawings $25.00 One (1) copy of AC Flash Controller $25.00 System Operation Verification Test (SOVT) Procedures One (1) copy of ACFC technical manual (Attachment B) $25.00 TOTAL VALUE OF GFM $6323.60
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d08cda06858f5ff3bbc87fda3a3ca1f5)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN03870117-W 20150905/150903235609-d08cda06858f5ff3bbc87fda3a3ca1f5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.