Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2016 FBO #5165
SOLICITATION NOTICE

59 -- Purchase of Circuit Boards

Notice Date
1/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) 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-PCZ084
 
Archive Date
2/5/2016
 
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-PCZ084. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-85. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 334418. The SBA size standard 500 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. 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 Delta Integration Incorporated for the purchase of 1A1 Circuit Boards for USCG C3CEN Electronic Repair Facility (ERF), located at Baltimore, MD 21226. 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 to Delta Integration Incorporated, Cage Code: 0R8M2. A SAMS Contractor Verification Information search was conducted on January 12, 2016 by the Contracting Officer listed below. This is considered to be a Sole Source Acquisition. See Justification Below. 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 Representatives of National Instruments Corporation 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. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by January 21, 2016 @ 10:00 AM EST. FIRM FIXED Price Proposals shall be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Anticipated Award Date for the PO Contract is January 21, 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: Twenty-five (25) each, High Wattage Power Supply (HWPS) 1A1 Circuit Board, Fully Assembled and Tested, Less Heat-Sink. Cost ______________ Line Item 2: One (1) each, shipping charges (if applicable to 21226). Cost _______________ Total Cost ___________________ PROVISIONS / CLAUSES The Following FAR Provisions/Clauses apply to this Solicitation: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2015) 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 (Nov 2015) to include Alt I (Oct 2014). The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) 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 (Jan 2016) 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 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2016) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 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) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). FAR 52.225-13, Restriction 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). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (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). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far 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. The Following DHS Acquisition Regulations/ Clauses apply to this Solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) HSAR 3052.209-79 Representation By Corporation Regarding a Felony Criminal Violation Under Any Federal or State Law or Unpaid Federal Tax Liability (Feb 2014) (DHS FAR Class Deviation 14-02) SIMPLIFIED ACQUISITION PROCEDURES (SAP) Sole Source Justification PURCHASE REQUEST OR REQUISITION NUMBER PROJECT/TASK NUMBER ESTIMATED AMOUNT 2116446PCZ084 $24,000.00 BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED, AND THE INTENDED USE: The U.S. Coast Guard C3CEN Electronics Repair Facility (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 Short Range Aid to Navigation (SRAN) High Wattage Power Supply (HWPS). The Coast Guard needs to repair these HWPS as they become unserviceable. 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 the SRAN HWPS were originally purchased. Delta Integration, Inc. originally manufactured the components contained in the SRAN HWPS. Adequate item information, documentation, and specifications are not available to develop an appropriate purchase description for full and open competition. Delta Integration, Inc. is the only known manufacturer meeting system requirements for form, fit, function, configuration, records, and integration with the SRAN HWPS repair/replacement parts. Any variances would have a negative impact by preventing these SRAN High Wattage Power Supplies from functioning, which would adversely impact Short Range Navigation Equipment powered by the HWPS, which reduces safety and mission performance. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE WHICH CAN PROVIDE THE SUPPLIES OR SERVICES: 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. 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: High Wattage Power Supplies are basic, however, vital requirement for conducting safe navigation. Without Delta Integration, Inc. specific repair/replacement parts for these SRAN High Wattage Power Supplies, the Coast Guard would have to recapitalize new acquisitions for the entire Coast Guard fleet. This SRAN HWPS is used in most navigable shipping channels serviced by the Coast Guard. The estimated cost for replacing every HWPS in the fleet, while maintaining performance and technical standards is cost prohibitive. 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. CONTRACTING OFFICER DATE JAMES A. LASSITER C4IT JAN/12/2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/716ca29e0255ff978cde830e0645618e)
 
Record
SN03989383-W 20160114/160112234852-716ca29e0255ff978cde830e0645618e (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.