SOLICITATION NOTICE
58 -- Second Generation Automatic Identification System (AIS-2) - Combined Synopsis/Solicitation Package - 180023
- Notice Date
- 4/9/2018
- 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
- 70Z04418R18002300
- Archive Date
- 5/24/2018
- Point of Contact
- Eric R. St. Pierre, Phone: 7576862179
- E-Mail Address
-
Eric.R.St.Pierre@uscg.mil
(Eric.R.St.Pierre@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 12 - AIS-2 Logistics Plan Requirements Attachment 11 - FAR Provision 52.212-3 Attachment 10 - AIS-2 Requirements Crosswalk Attachment 9 - AIS-2 Past Performance Questionnaire (PPQ) Attachment 8 - DHS Form 700-3 Attachment 7 - DHS Form 700-21 Attachment 6 - AIS-2 Marking, Packing, Delivery & Inspection Instructions Attachment 5 - AIS-2 Warranty Terms & Conditions Attachment 4 - AIS-2 Technical Manual Contract Requirements (TCMR) Attachment 3 - AIS-2 Interface Design Document (IDD) Attachment 2 - AIS-2 Specification Attachment 1 - AIS-2 Price Schedule Exhibit A - Contract Data Requirements List (CDRLs) AIS-2 Combined Synopsis/Solicitation 70Z04418R18002300 COMBINED SYNOPSIS/SOLICITATION 70Z04418R18002300 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice, to award a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The Solicitation Number is 70Z04418R18002300. This solicitation is issued as a Request for Proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 / 1-24-2018. (iv) This acquisition is: Unrestricted (no set-asides) NAICS: 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing Size Standard: 1,250 employees (v) Contract line item number(s) (CLINS) and items, quantities and units of measure, (including option(s)): See Attachment 1, Price Schedule/CLIN Structure. (vi) Description of requirements for the items/services to be acquired: See Attachment 2, AIS-2 Specification (vii) Date(s) and place(s) of delivery and acceptance and FOB point. • Contract Period of Performance: Five (5) years • Place of Delivery/Acceptance: See Attachment 6, Markings, Packaging, Delivery, and Inspection/Acceptance. Attachment 6 requirements apply to all delivery orders, except that the delivery location for the first order will be USCG C3CEN, 4000 Coast Guard Blvd, Portsmouth, VA 23703 to facilitate integration testing). • FOB Point: Destination (viii) FAR Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. See Section 4 for the addenda to the provision. (ix) FAR Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See Section 5 for the full text of the provision. (x) FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with Alternate I, applies to this acquisition. An Offeror shall only complete and submit with their offer (via the Cover Letter) paragraph (b) of FAR Provision 52.212-3 (with Alternate I) if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. (By completing only paragraph (b), the offeror verifies by submission of their offer that the representations and certifications currently posted electronically (on the SAM website) at FAR 52.212-3 have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of their offer.) If the Offeror has not completed the annual representations and certifications electronically via the SAM website, the Offeror shall complete only paragraphs (c) through (u) of FAR Provision 52.212-3 (with Alternate I) and submit with their offer. See Attachment 11 for a copy of FAR Provision 52.212-3 (with Alternate I). Note: Please note that paragraph (g)(5), Trade Agreements Certificate, of FAR Provision 52.212-3 applies to this procurement. (xi) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated by reference. See Section 2 (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See Section 2 regarding which of the additional FAR Clauses cited in 52.212-5 are applicable to the acquisition. (xiii) Additional contract requirement(s) or terms and conditions: See Section 1. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating: Not Applicable (xv) The date, time and place offers are due. Offer Due Date/Time: 9 May 2018 / 11:00 AM Eastern Time Submit offers utilizing the U.S. Army's "Safe Access File Exchange" (SAFE) at https://safe.amrdec.army.mil/safe/guide.aspx to submit offers. Follow the instructions on the website and enter email address Eric.R.St.Pierre@uscg.mil in the Recipient List. (xvi) Questions/Concerns. All questions/concerns regarding this solicitation shall be submitted in writing (NO phone calls) to the Contract Specialist at Eric.R.St.Pierre@uscg.mil no later than 25 April 2018, 11:00 AM Eastern Time. The Government reserves the right to not accept follow-up/additional questions after that date. Offerors shall reference the solicitation number and provide enough information in their e-mail so the Government can easily respond to their questions/concerns. All questions/concerns and the Government's responses shall be included in a solicitation amendment and posted to FedBizOpps. Note: For security reasons, attachments to e-mails should be less than 10MB and USCG policy does not allow receipt of WinZip files via e-mail. ** For additional details please see the attached documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/83938bd270d366615ef1efd9e9dac629)
- Record
- SN04883441-W 20180411/180409230938-83938bd270d366615ef1efd9e9dac629 (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 |