SOLICITATION NOTICE
59 -- Purchase of Timer Delays
- Notice Date
- 12/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine 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
- HSCG44-16-Q-PCZ141
- Archive Date
- 1/14/2016
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-16-Q-PCZ141. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-84. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 333618. The SBA size standard 1000 EMP. Due to this Acquisition being considered to be a Sole Source Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a) This IS NOT A Small Business Set-A-Side. Substitute items will NOT be considered for Award. See Justification below. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth,VA. 23703, intends to purchase on a non-competitive basis by awarding a Firm Fixed Price Purchase Order to Man Diesel And Turbo North America Inc. for the purchase of: Timer Delays for USCG C3CEN ERF, Baltimore, MD. See Schedule B Below. The proposed contract action resulting from this synopsis/solicitation for commercial supplies is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1 & 13.106-1(b). Interested persons/parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations/proposals. However, all quotations and proposals received will be considered by the USCG/Government. A determination by the USCG/Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the USCG/Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes for future acquisitions. The contractor for this proposed Sole Source contract is Man Diesel And Turbo North America Inc., Cage Code: 5P630. A SAMS Contractor Verification Information search was conducted on Dec/21/2015 by the Contracting Officer listed below. This is considered to be a Sole Source Acquisition. See attached Justification. 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. All Parts are to be NEW items. Used or Refurbished items are NOT acceptable. Any Contractors that are authorized dealers of Man Diesel And Turbo North America Inc. is encouraged to provide a Firm Fixed Price Quotation IRT this Solicitation. The USCG/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 21226. *PLEASE NOTE* Provide Firm Fixed Price Proposals with Delivery Information and Delivery Time Frame by 12/30/2015 at 8:00 A.M (EST). Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. FOB Destination is preferred by USCG/Government. If proposing FOB Origin, provide Shipping Cost as a Separate Line Item. FIRM FIXED Price Proposals are to be sent via EMAIL on Company Letterhead to Point of Contact (POC) listed below 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 Numbers. Anticipated Award Date for the PO Contract Jan/5/2016, this date is approximate and not exact. Please Email Your Response to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@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 re-performance of nonconforming Services at no increase in contract price. If repair/replacement or re-performance 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: 30 EA of - 200 Sec Timer Delay on 110' PCB, Part #: 79-201/02______________________________ Line Item 2: 25 EA of - 200 Sec Timer Delay on 110' PCB, Part #: 79-201/01______________________ Line Item 3: 1 EA of - Shipping (If Applicable)________________________ • Total Cost for Line Items -1-3: __________________________ The Following FAR Provisions/Clauses 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. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 2014) to include Alt I (Dec 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 (Dec 2014) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2014) 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 52.222-3 -- 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 52.222-36 -- Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 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 52.232-33 -- 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) • 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. SIMPLIFIED ACQUISITION PROCEDURES (SAP) Sole Source Justification PURCHASE REQUEST OR REQUISITION NUMBER PROJECT/TASK NUMBER ESTIMATED AMOUNT 21-16-446PCZ141 BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED, AND THE INTENDED USE: The U.S. Coast Guard C3CEN ERF has a requirement, on a sole source basis, for the purchase of electronic repair and replacement parts to be used in centralized depot repair of U.S. Coast Guard Electronic Equipment, specifically the Engine Start Electronic Circuit Card Assembly (CCA) that is a part of the 110' Class Cutter Marine Propulsion System. A Purchase Request will be issued for the purchase of: thirty (30) each, Variable Delay Timers, part number 79-201/02; twenty-five (25) each, Variable Delay Timers, part number 79-201/01; both manufactured by Man Diesel Turbo North America, the original equipment manufacturer (OEM) of these parts. The parts requested are exact replacements that make up the Engine Start Electronic Circuit Card that is a part of the 110' Class Marine Propulsion System. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: The OEM specifications for these items are proprietary commercial property. The Coast Guard did not purchase this information when Marine Propulsion Control Systems for 110' Class Cutters were originally purchased. Man Diesel & Turbo North America, Inc. originally manufactured the Delay Timers and Flasher Assembly components found in the Engine Start CCA of the 110' Class Marine Propulsion Control System. Adequate item information, documentation, and specifications are not available to develop an appropriate purchase description for full and open competition. Man Diesel is the only known provider meeting system requirements for form, fit, function, configuration, records, and integration with the installed Marine Propulsion Control System, Engine Stop CCA's. Any variances could cause catastrophic damage to the ships' propulsion systems and pose a serious safety risk to ships' crews. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE WHICH CAN PROVIDE THE SUPPLIES OR SERVICES: Market research as prescribed in FAR Part 10 was conducted by the Contracting Officer's Technical Representative. The Internet was searched using part numbers and item names for a list of manufacturers/vendors that could provide time delay relays and flasher modules; several companies were contacted and no one could meet the OEM specification. The market research showed that only Man Diesel could provide replacement parts that meet the minimum technical specifications to ensure compatibility with existing electronic and mechanical circuitry and to ensure that safe operational parameters are maintained. EXPLAIN WHY AN ADEQUATE PURCHASE DESCRIPTION OR OTHER INFORMATION SUITABLE TO SOLICIT BY FULL AND OPEN COMPETITION HAS NOT BEEN DEVELOPED OR ARE NOT AVAILABLE: The material technical specifications and supplementary data are proprietary to the OEM and cannot be provided to other manufacturers, which eliminates any opportunities for full and open competition. The ships' propulsion control system is critical for safe navigation. Changes in design could lead to malfunction jeopardizing the safety of the ships and crews. PROVIDE A STATEMENT OF ACTIONS, IF ANY, THE GOVERNMENT MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE FUTURE ACQUISITIONS ARE REQUIRED: Recommend no actions be taken at this time to overcome barriers barring full and open competition. SIGNATURE AND TITLE OF CUSTOMER CODE TELEPHONE NUMBER DATE _____________________________ _______ _____________________ _____________ SIGNATURE OF CONTRACTING OFFICER CODE TELEPHONE NUMBER DATE JAMES A. LASSITER C4IT DEC/22/2015
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4c0a2e43088dbc0f2e7dd638d0fa307d)
- Record
- SN03977644-W 20151225/151223234640-4c0a2e43088dbc0f2e7dd638d0fa307d (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 |