Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
SOLICITATION NOTICE

58 -- Purchase of OSIRIS Radar Interface Cards - Brand Named Justification

Notice Date
3/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
70Z04418QN0006V00
 
Archive Date
4/30/2018
 
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
Brand Named 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 70Z04418QN0006V00. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-97. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 334511. The SBA size standard is 1,250 employees. This is Not a Small Business Set-Aside, due to this acquisition being a Brand Name Procurement, it is not anticipated that there will be two (2) or more qualified Small Business Concerns to provide pricing for this requirement in accordance with FAR 19.502(a). The items are to be "Name Brand" manufactured by Curtiss Wright. See Brand Name Justification below. 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 Communication Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase the items listed below under Schedule B. 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 Curtiss Wright 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 Overall 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 March 12, 2018 @ 7:00 AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals may 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. Email quotes to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is March 14, 2018 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 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: Eight (8) each of Osiris PCI Radar Interface card: Dual channel radar input, front panel IO PART NUMBER: SPCI-C616-0-0000 Line Item 2: One (1) each of Osiris Radar Interface card breakout cable: - 36 way MDR for connection to Osiris PCI or Osiris PMC with 25 WD connector and 4 x BNC (trigger, video, for each of two channels) and 2 x 9WD (ACP, ARP for each of two channels) PART NUMBER: CBL-C617-0-0501 --OPTIONAL LINE ITEMS-- Line Item 3: UP to Five (5) each of Osiris PCI Radar Interface card: Dual channel radar input, front panel IO PART NUMBER: SPCI-C616-0-0000 Line Item 4: UP to Five (5) each of Osiris Radar Interface card breakout cable: - 36 way MDR for connection to Osiris PCI or Osiris PMC with 25 WD connector and 4 x BNC (trigger, video, for each of two channels) and 2 x 9WD (ACP, ARP for each of two channels) PART NUMBER: CBL-C617-0-0501 Delivery Terms: Line Items 1 and 2 are to be delivered no later than 30 days ARO. Early delivery is acceptable. Optional Line Items 3 and 4 are to be delivered no later than 45 days of Notice of Exercising the Option Packing and Shipping: All items in reference to this contract are to be Packaged, Marked and Shipped IAW the attached Packing/Shipping Instructions. Delivery Location for all items: Surface Forces Logistics Center Receiving Room - Bldg. 88 2401 Hawkins Point Road Baltimore, MD 21226 PROVISIONS / CLAUSES • The Following FAR Provisions apply to this Solicitation: - FAR 52.217-5--Evaluation of Options. Evaluation of Options (July 1990) 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 (Nov 2017) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. • The Following Clauses apply to this Solicitation and awarded Contract. FAR 52.217-7 -- Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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 (Nov 2017) --The following Clause applies to Line Items 3 and 4 ONLY-- FAR 52.232-18-- Availability of Funds (Apr 1984) 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 (Oct 2016) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sept 2016) (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 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 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 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). The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far FAR 52.247-32 -- F.o.b. -- Origin, Freight Prepaid (Feb 2006) FAR 52.247-34 -- F.o.b. - Destination (Nov 1991) • 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. Packing/Shipping Instructions Delivery, Packaging, and Inspection / Acceptance Requirements for Items 083-8.4 All parts ordered under this Contract shall be individually preserved and packaged in accordance with ASTM D 3951, ASTM D3951-10, and MIL-STD-2073-1E. All parts under this contract shall also have appropriate markings IAW MIL-STD-129P and MIL-STD-130N. When applicable, specific OEM preservation, packaging, packing, and marking requirements directing a higher standard than referenced shall be adhered to. Bar coding is required in accordance with MIL-STD-129P paragraph 5.1.10.1/page 73 Linear (Code 39) bar code symbology, linear (Code 39) symbols will be IAW ISO/IEC 16388, and ISO/IEC 16388. Marking shall be placed on the container top or one long side (any side if container is square). The marking shall be formatted as specified below: National Stock Number/Activity Control Number Item Name Part Number (as shipped) Contract/Delivery Order Number The Words: SFLC INVENTORY CONDITION CODE "A" Quantity Unit of issue ******************************************************************** 1. Background 1.1. The Asset Projection Office (APO) is preparing to stock provisioned parts at the U.S. Coast Guard Surface Forces Logistics Center Inventory Control Point (ICP) for effective support of boats no longer under warranty. 2. Requirements 2.1. Deliver RB-M inventory spare parts in accordance with this scope of work to the Surface Forces Logistics Center 2401 Hawkins Point Road Receiving Bldg 88 Baltimore, MD 21226 2.2. Included as Enclosure (2) is the list of required items including the quantity, Part Nomenclature, NSN, Part Number, CAGE, Unit of Issue for all items, and destination. 2.3. Preservation 2.3.1. Exposed shafting and working machined surfaces, gear-trains, the inside of gearboxes, and other surfaces dependent on lubricant for preservation shall be lubricated or coated with an appropriate preservative suitable for protection of equipment stowed in a non-climate controlled warehouse for up to one year. Preservatives shall be compatible with the intended working lubricants. Special treatments should not be necessary to remove preservatives. 2.3.2. Piping systems and the inside of individual components shall not be exposed to contaminants during shipment. All piping interface points shall be sealed with commercial grade plastic or metallic caps, plastic or metallic plugs, mating blanked covers, or with blank flanges attached with bolts. Plastic bags and duct tape are not acceptable. 2.3.3. Warning tags shall be attached to all gearboxes indicating that they have been drained, preserved with a specific product, and require filling with lubricant before equipment use. 2.3.4. Major components shall be shrink-wrapped or otherwise covered and sealed to prevent water damage. To prevent adhesion between protective coverings and painted surfaces, protective coverings shall not be applied until the paint has cured. 2.3.5. Documents and other enclosures shall be sealed in a waterproof plastic bag, which shall be permanently affixed to the inside of the shipping container in a conspicuous location when the container is opened. 2.4. Packaging, handling, shipping, and transportation procedures shall be in accordance with ASTM D3951-98 (Reapproved 2004) Standard Practice for Commercial Packaging. If commercial practices cannot adequately protect and preserve the equipment, the contractor shall package, handle, ship and transport equipment in accordance with MIL-STD-2073-1E Standard Practice for Military Packaging dated May 23, 2008. 2.4.1. Each Part shall be packaged separately, or in its designated unit of issue. 2.4.2. All parts shall be identified and accounted for by their NSN or ACN on the packing list. 2.4.3. Large parts shall be shrink-wrapped or otherwise covered and sealed to prevent water damage. Small parts shall be enclosed in clear plastic packaging. 2.4.4. Multiple identical parts may be repackaged in designated quantity units (box lot, case lot, pair, etc) for shipping purposes. The packaging shall be identified by the words MULTI-PACK and the quantity per package. 2.4.5. Documents and other enclosures shall be sealed in a waterproof plastic bag, which shall be permanently affixed to the inside of the shipping container in a conspicuous location. The last line of the package label shall contain the words "DOCUMENTS ENCLOSED" 2.4.6. Where Pull Test Certificates or other required certifications are attached directly to the Part, (versus loose and enclosed), the last line of the package label shall contain the words "CERTIFICATION ATTACHED." 2.5. PARTS - CONTAINERS: Parts shall be packed in containers meeting ASTM D 3951 and the requirements herein. 2.5.1. Containers with special packing I unpacking instructions shall be stenciled "CAUTION - THIS ITEM MAY BE SERIOUSLY DAMAGED UNLESS UNPACKING INSTRUCTIONS ARE FOLLOWED CAREFULLY." followed by a notation of the location of instructions. 2.5.2. General items: 2.5.2.1. General components weighing less than 70 lbs may be packaged in commercial reinforced cardboard packaging, or its equivalent, or packaged in a skid mounted shipping container. If packaged in a skid mounted shipping container then containers shall be completely enclosed and structurally suitable for stacking at least 2-high. The containers shall be suitable for inside covered stowage. Containers shall be assembled with screws to permit ease of removal of the cover or lid from the base. 2.5.2.2. Reinforced cardboard packaging shall be sealed, but shall be suitable for being opened (without total packaging destruction) for inspection, resealing and subsequent shipment to the fleet. 2.5.2.3. The reinforced cardboard packaging shall be completely enclosed and suitable for stacking. The packaging shall be suitable for long-term inside storage in a warehouse. 2.5.3. Small items: 2.5.3.1. Small items which can fit into express carrier standard packaging (maximum 17.5 in x 12.5 in x 3 in box. or 38 x 6 x 6 x 6 triangular tube) for shipment with appropriate cushioning may be sealed in clear plastic packaging, or packaged in a commercial reinforced cardboard packaging. If packaged in a cardboard package then the requirement for general packaging applies. 2.5.3.2. Plastic packaging shall be 6 mil thickness and sufficiently clear for part inspection. Plastic packaging shall have provision for breathing to prevent condensation unless the packaging provides a hermetic seal. 2.6. DURABILITY The contractor shall ensure that all deliverables, when packed in separate shipping containers, will be capable of being transported on standard transportation systems, commercial or military carriers. The contractor shall preserve, package, and mark the containers to ensure complete delivery at destination without damage or deterioration due to the hazards of shipping, handling or storage. 2.6.1. PARTS - PACKING AND CRIBBING: Restraints, packing and cribbing shall restrain and protect the parts within their packaging from damage during shipment and storage: 2.6.1.1. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of at least one year. 2.6.1.2. Cribbing shall be provided to prevent damage during shipment. 2.6.1.3. Loose fill & Styrofoam packing materials shall not be used 2.7. MARKING Shipments designated for transport into the SFLC Inventory Control Point (ICP) shall be marked in accordance with the current edition of MIL-STD-129P w/Change 4, Military Marking for Shipment and Storage dated September 19, 2007. 2.7.1. The Surface Forces Logistics Center's (SFLC) Inventory Control Point (ICP), is responsible for material that will be stored and transshipped (PHS&T) to various users in support of the SFLC; therefore material must be packed and labeled in such a way that it is suitable for shipment via land, air or sea. The following minimum marking requirements apply: 2.7.1.1. Each individual part or part container must be marked with the NSN, Condition Code and Unit of Issue. Lettering shall be black applied on a highly contrasting background; bar code labeling is acceptable in lieu of stenciled markings when stenciled markings are not provided by the OEM. 2.7.1.2. Markings shall consist of the National Stock Number (NSN), Acquisition Control Number (ACN) if applicable, Item Name, Condition Code, Quantity and Unit of Issue. For example: 0000-00-000-0000 FIRE PUMP CONDITION "A" 1 EACH U.S. COAST GUARD SFLC MATERIAL 2.7.1.3. Large part shipping container lettering shall be at least ½ inch high or 36 point type. Stenciling is acceptable. 2.7.1.4. General Packaging lettering shall be at least 1/4 inch high or 18 point type. 2.7.1.5. Plastic Bag lettering may be 12 point lettering. 2.7.2. Bar Code Labeling: All parts/packages shall have a bar code label applied, or incorporated into the packaging label. The actual labels shall be Type V, Grade B, and Style 2, Composition "B" with or without plastic laminate. Each label shall contain encoded data for the stock number, noun name, condition code, and unit of issue. 2.8. MARKING WARRANTED ITEMS Pursuant to the requirements of FAR 46.706 (b) (5), the contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of the warranty. Markings may be brief but should include: 2.8.1. A brief statement that a warranty exists. 2.8.2. The substance of the warranty. 2.8.3. Its duration. 2.8.4. Who to notify if the supplies are found to be defective. 2.8.4.1. For commercial items, the contractor's trade practice in warranty marking is acceptable if sufficient information is presented for supply personnel and users to identify warranted supplies. 2.9. MATERIAL INSPECTION AND RECEIVING REPORT At the time of each delivery for supplies under this order, the contractor shall prepare and furnish to the Coast Guard a properly completed DD Form 250 Material Inspection and Receiving Report or Commercial Bill of Lading. 2.9.1. A packing slip shall be prepared for each box or shipping container. The packaging slip shall include the following information: (1) National Stock Number, (2) Part Number, (3) Nomenclature, (4) Serial Number, (5) Contract Number, (6) Delivery Order Number, (7) Line Item Number, and (8) Quantity. 2.9.1.1. One copy of the packaging slip shall be submitted with the shipment and shall be attached to the outside of the shipping carton inside a waterproof, clear envelope; 2.9.1.2. One copy shall be sent to the Contracting Officer upon shipment and shall be clearly marked "Information Only"; 2.9.1.3. And one copy shall be attached to the original invoice when submitted to the payment office. 2.10. DELIVERY OF REPORTS Evaluations and reports, not otherwise specified, shall be delivered within 15 days of delivery of parts to the contracting officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c0a9fc1d1f5353aac1b880753be0589f)
 
Record
SN04844454-W 20180308/180306231349-c0a9fc1d1f5353aac1b880753be0589f (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.