SOLICITATION NOTICE
58 -- Personnal Locator Beacons (PLBs)
- Notice Date
- 7/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-06-R-DNQ159
- Response Due
- 8/10/2006
- Archive Date
- 10/30/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG23-06-R-DNQ159. This solicitation is issued as a request for proposals (RFP) under NAICS code 334220 (size standard, 750 employees) on a full and open basis. The U.S. Coast Guard (USCG) and other Department of Homeland Security (DHS) organizational elements have a continuing requirement for a Personal Locator Beacon (PLB), a device that is carried in the survival vest worn by USCG and DHS personnel, that can transmit distress signals on the internationally recognized distress frequency of 406 MHz, to the COSPAS-SARSAT satellite system, in accordance with the following requirements provided herein. CLIN 0001 Personal Locator Beacon (PLB) This item is intended to be used as lifesaving equipment by USCG/DHS Personnel. The device may be operated by personnel who are injured, under duress or have been exposed to extreme environmental conditions. 1. The device shall meet the specifications indicated in the Radio Technical Commission for Maritime Services (RTCM) recommended standards for a Category 1, 406 MHz satellite personal locator beacon detailed in RTCM Paper 76-2002/SC110-STD as amended by RTCM Paper 23-2003/SC110-274 or standard in effect at the time of order. NOTE: With respect to language in the RTCM paper 76-2002/SC110-STD (or later) that indicate ?Recommended,? ?Optional? or ?Should,? unless otherwise indicated, products proposed shall meet the stated standards to be considered. (Referenced document can be found at www.RTCM.org). a. The device shall be FCC approved for sale in the U.S. Market. b. The device shall be capable of the 406 MHz signal transmission as specified in the standard while the antenna is partially submerged in water. c. Integral internal GPS is required. d. The device must meet the leakage/immersion standard of at least five meters. 2. The device shall completely fit into an existing garment with the following pocket dimensions: 1 ⅞ x 6 ? x 4 ⅛ inches. a. The device shall have an area that allows for the attachment of a 2x4 piece of Pile Tape that will not interfere with the operation of the device. 3. The device shall have an attachment point that allows for the attachment of a 1/16? Diameter piece of nylon cord. 4. The device shall be capable of Operating/Stowage Classifications 1 and 2 found in the referenced standard (RTCM paper 76-2002/SC 110-STD. 5. The device must be Category 1, with a Class 2 Battery. 6. The device must have a warranty of at least five years. 7. The device shall include a manufacturers? commercial operating manual. 8. Packaging and shipping shall be FOB Destination and in accordance with commercial practices to assure damage-free delivery. 9. The number of PLB units as well as the shipping information will be specified in each delivery order issued. 10. The Contractor shall provide at time of delivery, a list containing the Unique Identifier Number associated with each individual device shipped and the corresponding U.S. Coast Guard unit that the device was shipped to. A copy of each list shall be provided to: Commandant (G-RCB-2), Attention: Rescue and Survival Systems Program Manager, 2100 2ND Street SW, RM 3208, Washington, DC 20593. Inspection shall be in accordance with FAR 52.212-4(a). CLIN 0002 Battery 1. The device shall have a user replaceable battery. 2. The battery must be a Class 2. 3. The battery must have a warranty of at least five years. 4. The number of batteries as well as the shipping information will be specified in each delivery order issued. CLIN 0003 Monthly Reports 1. The contractor shall provide to the Contracting Officer and Contracting Officer Technical Representative (COTR), a monthly report of all orders received for that month by the 10th of each month. 2. The report shall list, at a minimum, the delivery order number, the shipping address, quantity, unit price, I.D. # for each PLB, the total amount of the order, total number of units and batteries shipped during that month, and a grand total of units and batteries shipped to date. 3. The report shall also identify any pending orders awaiting shipment. As a result of this solicitation, it is anticipated that a Firm-Fixed Priced Indefinite Delivery-Indefinite Quantity (IDIQ) type contract with provisions for issuance of delivery orders will be awarded. The period of performance will be five (5) years from date of award. It is anticipated that the Government will order a minimum of 150 PLB units; and 50 batteries and a maximum of 15,000 PLB units and 6,200 batteries. It is expected that during the course of each year, approximately 3,000 PLBs and approximately 1,240 batteries will be procured from various DHS locations throughout the United States. Offerors shall provide prices for the following Contract Line Item Numbers (CLINS) for each of the five years: Contract Year One ? CLIN 0001 ? Personal Locator Beacon unit (to include operator?s manual and shipping). CLIN 0002 ? Battery (to include shipping). CLIN 0003 ? Monthly Report. Contract Year Two ? CLIN 1001 ? Personal Locator Beacon unit (to include operator?s manual and shipping). CLIN 1002 ? Battery (to include shipping). CLIN 1003 ? Monthly Report. Contract Year Three ? CLIN 2001 ? Personal Locator Beacon unit (to include operator?s manual and shipping). CLIN 2002 ? Battery (to include shipping). CLIN 2003 ? Monthly Report. Contract Year Four ? CLIN 3001 ? Personal Locator Beacon unit (to include operator?s manual and shipping). CLIN 3002 ? Battery (to include shipping). CLIN 3003 ? Monthly Report. Contract Year Five ? CLIN 4001 ? Personal Locator Beacon unit (to include operator?s manual and shipping). CLIN 4002 ? Battery (to include shipping). CLIN 4003 ? Monthly Report. REQUIRED DELIVERY SCHEDULE: The Contractor shall deliver the PLB units and batteries not later than 30 days after receipt of the delivery order for all orders less than 50 units and/or 25 for batteries. Orders for more than 50 units, the first 50 units shall be delivered within 30 days of the date of the order, with each 50 additional units to be delivered within 30 days there after. Orders for more than 25 batteries, the first 25 batteries shall be delivered within 30 days of the date of the order, with each 25 additional batteries to be delivered within 30 days there after. The contractor may offer an earlier delivery schedule or a larger quantity per delivery date than the one required. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule when an offeror offers an alternate delivery schedule. AUTHORIZED INDIVIDUALS TO PLACE ORDERS: All Department of Homeland Security/United States Coast Guard, and other DHS Organizational Elements will be authorized to place orders directly with the contractor. The following FAR provisions and clauses apply to this solicitation: (1) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov. (2) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998). (3) FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006). (4) FAR 212-2 Evaluation-Commercial Items (JAN 1999) (a) The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government offering the best value, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical acceptability of the item offered to meet the Government requirement, to include any value added features such as extended warranties and accelerated delivery schedules: (a) In addition to what?s required by FAR 52.212-1, the offeror shall explain their plan to ensure product quality in the production, delivery of the units and their warranty provisions. (2) Relevant Past Performance: Provide 3 recent past performance references of similar contracts currently in place, delivery orders, purchase orders, or a combination of all done within the past 3 years. Similar contracts listed may include any contract entered into with the Federal Government, agencies of state and local governments, and commercial customers. Include the following information: (a) Name of Contract Activity; (b) Contract Number, (c) Contract Type; (d) Total Contract Value; (e) Description of Item(s), (f) Contracting Officer Name, Telephone Number and e-mail address; (g) Program Manager Name and Telephone Number (if applicable); (h) Contracting Officer?s Technical Representative Name and Telephone Number; and (i) Administrative Contracting Officer?s Technical Representative, if different from (f), and e-mail address. Current, accurate, and complete information MUST be provided to contact each reference. (3) Price: Offerors proposed price should include a calculated subtotal for each year and a calculated total overall price. Pricing should also include any discounts offered for quantity orders or alternate payment arrangements (i.e. 3rd party purchase). The total evaluated price will be the sum of all CLINs for the entire potential ordering period of the IDIQ contract (five years). The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. The Government will award the contract to the vendor who has the best overall value on the basis of its offer and its capability to perform the work. Technical and Past Performance are of equal importance, and when combined are of more importance than price, ?end of provision?. Offerors shall include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006), with their offer. FAR 52.212-4, Contract Terms and Conditions?Commercial Items (SEP 2005), is incorporated by reference into the solicitation. The following terms and conditions are added as an addendum to this clause: 52.216-18 (insert: date of award through five years from date of award); 52.216-19 (insert: (a) Minimum order: 150 for the PLB unit and 50 for the battery, (b) Maximum single order: 3,000 for the PLB unit, and 500 for the battery. (b)(2) Any order for a combination: 15,500 for PLB unit, and 6,200 for the battery. (b)(3) A series of orders from the same ordering office within 30; 52.216-22 (insert: the date specified in the order). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2006) applies to this acquisition to include: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of price evaluation preference for HUBZone small business concerns; 52.219-8, Utilization of Small Business Concerns, 52.219-9 with Alternate II, Small Business Subcontracting Plan; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disables veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-1, Buy American Act ? Supplies; 52.232-29, Terms for Financing of Purchases of Commercial Items, 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.247-34, F.O.B. Destination; Homeland Security Acquisition Regulation (48 CFR Chapter 30) Clauses (HSAR) ? 3052.209-70, Prohibition on Contracts with Corporate Expatriates, 3052.242-72, Contracting Officer?s Technical Representative. The USCG reserves the right to make multiple awards. Proposals are due on or before 10 August 2006, by 2:00 PM EST. If your offer is being submitted by REGULAR mail, use the following address: Commandant (G-ACS-2D/ND), U.S. Coast Guard Headquarters, 2100 Second Street, SW, Washington, DC 20593, attention: Ms. Nina Douglas (Contract Specialist). Offerors are encouraged to submit your office electronically to ndouglas@comdt.uscg.mil if your offer is less than 30 pages. HOWEVER, it is each offeror?s responsibility to ensure the offer is received (in total) by the Contract Specialist prior to the deadline. If you have questions regarding this synopsis/solicitation, please contact Ms. Nina Douglas at (202) 475-3237 or via e-mail PRIOR to 3 August 2006. NOTICE FOR FILING AGENCY PROTESTS NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the USCG 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 following address: Commandant (CG-851), 2100 Second Street, SW, Room 2606, Washington, DC 20593, and Phone: (202) 267-2285, Fax: (202) 267-4011
- Record
- SN01098186-W 20060728/060726220526 (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 |