SOLICITATION NOTICE
58 -- HIGH FREQUENCY TRANSCEIVER SYSTEMS AND SUPPORTING HARDWARE
- Notice Date
- 6/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-05-R-AAT131
- Response Due
- 7/6/2005
- Description
- solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is for High Frequency Transceiver Systems and Supporting Hardware aboard medium endurance Coast Guard Cutters. The total estimated contract value is $34,000,000.00. The proposed contract will be Indefinite Delivery Indefinite Quantity with fixed unit prices, for a base ordering period of 2 years and four (4) 2-year options for a total of 10 years. This is a Full and Open solicitation. A minimum guarantee of $1.5 Million is applicable to the base year of the contract only. The Ordering Schedule for the contract will be as follows: THIS IS A SAMPLE LIST OF CONTRACT CLINS. OFFERORS MAY PROPOSE A CLIN SCHEDULE OF ITEMS APPLICABLE TO THE TRANSEIVER SYSTEM AND SUPPORTING HARDWARE PROPOSED. INCLUDE PART NUMBERS FOR EACH CLIN ITEM. 0001 HF TRANSCIEVER 0002 LINEAR POWER AMPLIFIER, (125W) 0003 LINEAR POWER AMPLIFIER, (1KW) 0004 CONTROL UNIT, REMOTE 0005 CONTROL UNIT, FRONT PANEL 0006 CONTROL UNIT, RACKMOUNT PC 0007 AUTOMATIC COUPLER UNIT, (1KW) 0008 AUTOMATIC COUPLER UNIT, (125W) 0009 AUTOMATIC TUNING UNIT, (NVIS/125W) 0010 PRE/POST SELECTOR 0011 ALE MODEM 0012 SPARES KIT, HF TRANSCEIVER 0013 SPARES KIT, LPA 125W 0014 SPARES KIT, LPA 1KW 0015 SPARES KIT, CONTROL UNIT 0016 SPARES KIT, COUPLER 125W 0017 SPARES KIT, COUPLER 1KW 0018 SPARES KIT, ATU NVIS 125W 0019 TRAINING (LABOR ONLY NO TRAVEL) 0020 SYSTEMS SUPPORT (LABOR ONLY NO TRAVEL) Base Ordering Period: 1 August 2005 or Date of Award ? 31 July 2007 ITEM SCHEDULE OF SUPPLIES/SERVICES EST UNIT UNIT TOTAL NO. QTY PRICE AMOUNT 0001 25 EA $_________ $_________ 0002 25 EA $_________ $_________ 0003 25 EA $_________ $_________ 0004 25 EA $_________ $_________ 0005 25 EA $_________ $_________ 0006 25 EA $_________ $_________ 0007 25 EA $_________ $_________ 0008 10 EA $_________ $_________ 0009 25 EA $_________ $_________ 0010 25 EA $_________ $_________ 0011 25 EA $_________ $_________ 0012 25 EA $_________ $_________ 0013 25 EA $_________ $_________ 0014 25 EA $_________ $_________ 0015 25 EA $_________ $_________ 0016 25 EA $_________ $_________ 0017 25 EA $_________ $_________ 0018 25 EA $_________ $_________ 0019 10 DAY: $__________ $_________ 0020 10 DAY: $__________ $_________ Option 1 Ordering Period: 1 August 2007 ? 31 July 2009 1001 25 EA $_________ $_________ 1002 25 EA $_________ $_________ 1003 25 EA $_________ $_________ 1004 25 EA $_________ $_________ 1005 25 EA $_________ $_________ 1006 25 EA $_________ $_________ 1007 25 EA $_________ $_________ 1008 10 EA $_________ $_________ 1009 25 EA $_________ $_________ 1010 25 EA $_________ $_________ 1011 25 EA $_________ $_________ 1012 25 EA $_________ $_________ 1013 25 EA $_________ $_________ 1014 25 EA $_________ $_________ 1015 25 EA $_________ $_________ 1016 25 EA $_________ $_________ 1017 25 EA $_________ $_________ 1018 25 EA $_________ $_________ 1019 10 DAY: $__________ $_________ 1020 10 DAY: $__________ $_________ Option 2 Ordering Period: 1 August 2009 ? 31 July 2011 2001 25 EA $_________ $_________ 2002 25 EA $_________ $_________ 2003 25 EA $_________ $_________ 2004 25 EA $_________ $_________ 2005 25 EA $_________ $_________ 2006 25 EA $_________ $_________ 2007 25 EA $_________ $_________ 2008 10 EA $_________ $_________ 2009 25 EA $_________ $_________ 2010 25 EA $_________ $_________ 2011 25 EA $_________ $_________ 2012 25 EA $_________ $_________ 2013 25 EA $_________ $_________ 2014 25 EA $_________ $_________ 2015 25 EA $_________ $_________ 2016 25 EA $_________ $_________ 2017 25 EA $_________ $_________ 2018 25 EA $_________ $_________ 2019 10 DAY: $__________ $_________ 2020 10 DAY: $__________ $_________ Option 3 Ordering Period: 1 August 2011 ? 31 July 2013 3001 12 EA $_________ $_________ 3002 12 EA $_________ $_________ 3003 12 EA $_________ $_________ 3004 12 EA $_________ $_________ 3005 12 EA $_________ $_________ 3006 12 EA $_________ $_________ 3007 12 EA $_________ $_________ 3008 5 EA $_________ $_________ 3009 12 EA $_________ $_________ 3010 12 EA $_________ $_________ 3011 12 EA $_________ $_________ 3012 12 EA $_________ $_________ 3013 12 EA $_________ $_________ 3014 12 EA $_________ $_________ 3015 12 EA $_________ $_________ 3016 12 EA $_________ $_________ 3017 12 EA $_________ $_________ 3018 12 EA $_________ $_________ 3019 10 DAY: $__________ $_________ 3020 10 DAY: $__________ $_________ Option 4 Ordering Period: 1 August 2013 ? 31 July 2015 4001 6 EA $_________ $_________ 4002 6 EA $_________ $_________ 4003 6 EA $_________ $_________ 4004 6 EA $_________ $_________ 4005 6 EA $_________ $_________ 4006 6 EA $_________ $_________ 4007 6 EA $_________ $_________ 4008 3 EA $_________ $_________ 4009 6 EA $_________ $_________ 4010 6 EA $_________ $_________ 4011 6 EA $_________ $_________ 4012 6 EA $_________ $_________ 4013 6 EA $_________ $_________ 4014 6 EA $_________ $_________ 4015 6 EA $_________ $_________ 4016 6 EA $_________ $_________ 4017 6 EA $_________ $_________ 4018 6 EA $_________ $_________ 4019 10 DAY: $__________ $_________ 4020 10 DAY: $__________ $_________ SPECIFICATIONS: The US Coast Guard requires a replacement HF Transceiver System and supporting hardware aboard medium endurance Coast Guard cutters. It shall provide a reliable data and voice communications over High Frequency radio spectrum that is interoperable with DHS and DOD assets in secure and non-secure modes to meet the following minimum requirements: a) 1.5 ? 29.999 MHz Operational Transceiver Frequency b) 125-Watt (PEP) linear power amplifier with operator selectable output level control to provide for a 125 Watt NVIS circuit configuration. c) 1 KW PEP linear power amplifier w/operator selectable output level control and limited power operation upon module/component failure to provide for a 1 KW long haul circuit configuration.. d) USB; LSB; ISB; CW; AM; FSK Modes of Operation available within each transceiver system. e) Input Power Compatibility with 120/220 VAC f) Environmental Compliance with MIL-STD-810E g) 2nd Generation (2G) Automatic Link Establishment (ALE) Capability in compliance with MIL-STD-188-141B, Appendix A. h) Data Exchange Capability in compliance with MIL-STD-188-110B and STANAG 4055. i) TADIL A Link 11 Capability in compliance with MIL-STD-188-203-1A j) 19? Shipboard Rack Mountable equipment that utilizes no more than 30? vertical rack space per 125W or 1KW system and weighs less than 200 lbs per 1 KW system. The four-system configuration that shall consist of two 125W circuits and two 1KW circuits must utilize no more than 120? vertical rack space. k) Software defined and programmable Man Machine Interface (MMI) radio control system that provides control of all radio functions including ALE operations. Available and supplied as a front panel local control, stand alone remote control and rack mount computer control. l) Automatic upon equipment power on and Operator initiated Built-In Test Equipment (BITE) testing that will identify 100% of any hardware fault to the Lowest Repairable Level (LRU). m) Manufacturer supplied hardware that allows power efficient coupling / matching capability with the Coast Guard Grounded Half Loop, Near Vertical Incidence Sky-wave (NVIS) antenna system throughout the transceiver operating frequency range, with a maximum VSWR of 2.0:1 and transmission efficiency greater than 15% while maintaining compliance with MIL-STD-188-141B, Appendix A. The solicitation number is HSCG84-05-R-AAT131 and is being issued as a Request for Proposal (RFP). The solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. FOB Point Destination: Delivery and acceptance for all items will be in Virginia Beach, VA. DELIVERY- Proposed delivery of CLIN 0001 HF Transceiver QTY 1 to 5 Units: ________________days Proposed delivery of CLIN 0001 HF Transceiver QTY 5 to 10 Units: _______________days The provision of FAR Clause 52.212-1 Instruction to Offeror ? Commercial (Jan 2005), applies to this solicitation including the following addenda: (a) The NAICS Code is 334290 and small business size standard is 750 employees for this acquisition. (b) Proposal shall be submitted via e-mail to xvargas@mlca.uscg.mil or hard copy by mail (two copies) at: 300 East Main Street, Ste 965, Norfolk, VA 23510. Attn: Xiomarys Vargas. No faxed proposals will be accepted. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, and a copy of this warranty and product literature shall be submitted with your proposal. The provision of FAR Clause 52.212-2 Evaluation ? Commercial Items (Jan 1999), applies to this solicitation including the following specific evaluation criteria: A Best Value using a Tradeoff process will be conducted in accordance with FAR 15.101-1. The contractor is required to address and submit in their proposal, three (3) factors and their related subfactors. Evaluation of offerors will consist of the following: (1) Technical Capabilities: Technical capabilities is the most important factor. Subfactors (a) Each offeror will be required to identify in their proposed Circuit Configuration. (b) Provide technical information that illustrates how the proposed system and components are in compliance with all minimum requirements. Technical information is defined as commercial product data sheets/specification sheets, results from testing, or engineering data. (c) Identify if any equipment proposed resulted in minor modifications or proposed as COTS with no minor modifications. (d) If minor modifications are proposed, the offeror is required to identify modifications. (e) Delivery. (2) Past Performance: Past Performance is the second most important factor. Offerors are required to identify past or current performance on similar contracts held within the last five years with other government agencies for same or similar proposed configuration. If no government customers exist, the offeror can provide commercial customers. Offerors shall furnish the following information for each contract: (1) Company/division name, (2) Product/service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Delivery Dates, (7) Name, address, FAX number, and telephone number of the Contracting Officer/POC. (3) Pricing: Pricing is the least important factor. Evaluation of price will be the total price with all options added. Offerors (large businesses only) are required to submit a subcontractor plan in accordance with FAR 19.704. The provision of FAR Clause 52.212-3 Offeror Representation and Certification ? Commercial Items (May 2004) shall be completed electronically via the Business Partner Network (BPN) web site at http://orca.bpn.gov. The offeror shall include its DUNS Number in its proposal, and shall contain a statement indicating the on line representations and certifications are incorporated in its offer, are current, accurate, and complete as of the date of the proposal. The provision of FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this solicitation including the following Addenda: FAR 52.212-4(a) Inspection and Acceptance will be specified on each delivery order. HSAR 3052.242-72 ? Contracting Officers Technical Representative (Dec 2003). FAR 52.217-9 ? Option to Extend the Term of the Contract (Mar 200), fill ?in: 30 days; 60 days. FAR 52.204-1 ? Approval of Contract (Dec 1989) Wanda T. Cortesini is the Contracting Officer Xiomarys Vargas is the Contract Administrator FAR 52.252-2 ? Clause Incorporated by Reference (Feb 1998) The contract incorporates one or more clauses by referenced, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of the clause may be accessed electronically at this address: http://arnet.gov/far. 52.216-18, Ordering (Oct 1995), Fill In: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through the expiration date of the contract, including any option period exercised within the terms of the contract. 52.216-19, Order Limitations, (Oct 1995) Fill In: (a) $500.00 Each; (b)(1) 25 Each (2) $4.5 Million (3) 150 days; (c) No Fill In; (d) 7 days 52.216-22, Indefinite Quantity, (Oct 1995), Fill In: (d) 30 days 52.212-5 ? Contract Terms and Condition Required to Implement Statutes on Executive Order Commercial Items (Apr 2005); (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) Clauses, which are incorporated in this contract by referenced, to implement provisions of law or Executive Order applicable to acquisition of commercial items (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Pub. L. 108-77, 108-78). (b) The contractor shall comply with the FAR Clause 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: 52.203-6, Restriction on Subcontractor Sales to the Government (full)(1999) Alt I (Oct 1999) (41 U.S.C. 253g and 10 U. S. C. 2402). 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concern (Oct 2004. 52.219-8 Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-9 Small Business Subcontracting Plan Alt II (Jan 2002 52.219-16, Liquidated Damages -- Subcontracting Plan (Jan 1999). 52.219.23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Jun 2003) 52.222-3, Convict Labor (June 2003)(E.O. 11755) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). 52-225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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. (None Applicable) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Award is anticipated on 1August 2005. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. All responsible sources may submit an offer, which will be considered. Please read, complete, and provide all information in this solicitation. Proposals are due no later than 6 July 2005, 4:30 PM EST to the attention of Xiomarys Vargas, via e-mail to xvargas@mlca.uscg.mil or via postal mail. NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. This agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protestor fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-85) 2100 Second Street, SW, Room 2606 Washington, DC 20593 Telephone (202) 267-2285 Fax (202) 267-4011
- Record
- SN00832415-W 20050622/050620211530 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |