SOLICITATION NOTICE
58 -- Purchase of Antenna Repair Parts - Sole Source Justification
- Notice Date
- 8/29/2017
- 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
- HSCG44-17-Q-PC4075
- Archive Date
- 9/30/2017
- 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
- Sole Source Justification Document 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 HSCG44-17-Q-PC4075. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-95. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 334220. The SBA size standard is 1,250 Employees. 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 United States Antenna Products for the purchase of repair parts for their LPH-1001CA Rotatable Log Periodic. 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: United States Antenna Products, L.L.C., 5263 Agro Dr., Frederick, MD, 21703. Cage Code: 338L5. A current System for Award Management (SAM) Data Search was conducted on August 29, 2017 by the Contracting Officer. This Contractor is current/active in SAM and does not have any active Exclusion. This is considered to be a Sole Source Acquisition. See the attached Justification. Note: The USCG/Government reserves the right to Award on an All or None Basis that is the USCG/Government may issue a Purchase Order to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. 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. Items are to be NEW items. Used or Refurbished items are NOT acceptable. Any Contractors that are authorized Distributors for United States Antenna Products, L.L.C., are 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 USCG/Government, price and other factors considered. The Required Delivery Date is 120 days ARO. All items will be required to be shipped to Portsmouth, VA 23703. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by September 7, 2017 @ 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 to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is September 13, 2017, this date is approximate and not exact. INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The USCG/Government 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 USCG/Government 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: 01 EACH, MODEL 872366 SECTION 1/S, TRANSMISSION LINE, 1 5/8 X 271 INCH LINE ITEM 2: 01 EACH, MODEL 872367 SECTION 2/S, TRANSMISSION LINE, 1 5/8 X 324 INCH LINE ITEM 3: 01 EACH, MODEL 872368 FEEDLINE SECTION 3/S, 1 5/8 X 271 INCH LINE ITEM 4: 01 EACH, MODEL 872369 FEEDLINE SECTION 4/S 1 5/8 X 271 INCH LINE ITEM 5: 01 EACH, MODEL 872370 FEEDLINE SECTION 5/S, 1 5/8 X 117 INCH LINE ITEM 6: 01 EACH, MODEL 873778 ELBOW, 90 DEGREE, STAINLESS STEEL FLANGE LINE ITEM 7: 01 EACH, MODEL 874787 ELEMENT 1, COMPLETE LINE ITEM 8: 01 EACH, MODEL 874786, ELEMENT 2, COMPLETE LINE ITEM 9: 01 EACH, MODEL 874893, CENTER INSULATOR, ELEMENT 3 LINE ITEM 10: 01 EACH, MODEL 874890 CENTER INSULATOR, ELEMENT 6 LINE ITEM 11: 01 EACH, MODEL 874905 CENTER INSULATOR 16 LINE ITEM 12: 01 EACH, MODEL 74908 CENTER INSULATOR, ELEMENT 17 LINE ITEM 13: 01 EACH, MODEL 874907, CENTER INSULATOR ELEMENT 18 LINE ITEM 14: 01 EACH, MODEL 874906 CENTER INSULATOR, ELEMENT 19 LINE ITEM 15: 04 EACH, MODEL 874802 TUBING ASSEMBLY, ELEMENT 3 AND 4 LINE ITEM 16: 01 EACH, MODEL 874800 TUBING ASSEMBLY, ELEMENT 5 AND 6 LINE ITEM 17: 02 EACH, MODEL 874801 TUBING ASSEMBLY ELEMENT 7 LINE ITEM 18: 01 EACH, MODEL 875709 CONNECTOR, CENTER CONDUCTOR.525 TO.485 INCH LINE ITEM 19: 01 EACH, MODEL 875710 CONNECTOR, CENTER CONDUCTOR,.473 TO.473 INCH LINE ITEM 20: 01 EACH, MODEL 875711 CONNECTOR, CENTER CONDUCTOR,.525 TO.525 INCH LINE ITEM 21: 01 EACH, MODEL 875712 CONNECTOR, CENTER CONDUCTOR,.395 TO.395 INCH LINE ITEM 22: 04 EACH, MODEL 878109 CONNECTOR, CENTER CONDUCTOR,.588 TO.588 INCH LINE ITEM 23: 015 EACH, MODEL 819417 O-RING, RUBBER LINE ITEM 24: 01 EACH, MODEL 878566-1 MATCHED SET, BULLNOSE/CONCAVE LINE ITEM 25: 01 EACH, MODEL 874183 25KW ROTARY JOINT ASSEMBLY LINE ITEM 26: 01 EACH, MODEL 873767 TRANSMISSION LINE SECTION, 252 INCH LINE ITEM 27: 01 EACH, MODEL 3514-03 DRC-III RETROFIT KIT R3503 ROTATOR LINE ITEM 28: SHIPPING COST TO 23701. Delivery Terms: The Required Delivery Date is one hundred-twenty (120) days after receipt of order (ARO). Email quotes to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil PROVISIONS / CLAUSES The Following FAR Provisions/Clauses apply to this Solicitation: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan. 2017) 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 (Jan. 2017) 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.sam.gov/portal. 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 (r) of this provision. The following Clauses apply to this Solicitation and awarded Contract. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Jan. 2017) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan. 2017). As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN. 2017) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note (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: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Oct. 2016) (Pub.L. 109-282)(31 U.S.C. 6101 note). FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct. 2015) (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) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Oct. 2016) FAR 52.222-21 -- Prohibition of Segregated Facilities (Apr. 2015) FAR 52.222-26 -- Equal Opportunity (Sept. 2016) 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 52.225-1 -- Buy American Act - Supplies (May 2014) FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (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, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) 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--Central Contractor Registration (Jul 2013) (31 U.S.C. 3332)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/df516978f1decd90297e5b27c81a241c)
- Record
- SN04652318-W 20170831/170829233838-df516978f1decd90297e5b27c81a241c (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 |