Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2008 FBO #2393
SOLICITATION NOTICE

59 -- PURCHASE OF SSR ENG. COMPONENTS

Notice Date
6/13/2008
 
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), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-08-R-448T9L
 
Archive Date
7/8/2008
 
Point of Contact
James A Lassiter,, Phone: (757)686-2149, Carrie J. Houck,,
 
E-Mail Address
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subart 12.6 as supplemented with additional information included 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 Proposals number RFP HSCG44-08-R-448T9L.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 334511. The SBA size standard in Employee Size is 750. The Command and Control Engineering Center (C2CEN), USCG intends to purchase on a non-competitive basis with SSR Engineering Inc. for the purchase of 23 each Furuno Radar Interface Card and 2 each Terma Radar Interface Card and 3 each PCRP 204A P3-P4 Upgrade and 8 each PCRP 201A P3-P4 Upgrade. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these material/items. Request for drawings/specs will be disregarded. 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. 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 proposals. However, all proposals received within 7 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes. The contractor for this proposed Sole Source contract is: SSR Engineering Inc., Cage Code 1KFG9. This is an Sole Source Procurement. SOLE SOURCE JUSTIFICATION Purchasing SSR Eng Specific Products Brief Description of Supplies or Services Required, and the Intended Use: C2CEN uses hardware and software products engineered by SSR Eng. For a number of it’s approved and fielded systems including CGVTS, SCC/Hawkeye, and SCCS. These products are proprietary to SSR Eng. And cannot be delivered or provided by any other known vendor. Unique Characteristics that Limit Availability to Only One Source, with the Reason No Other Supplies or Services Can Be Used: No other companies currently develop or sell Radar/Camera/Tracker hardware that is compatible with PCSS/CGVTS/SCCS. Reason That Suggested Sources is the Only Source, Which Can Provide the Supplies or Services: SSR Eng. Is the Sole Manufacture of the Products required. Explain Why An Adequate Purchase Description or Other Information Suitable By Full and Open Competition Has Not Been Developed or Are Not Available: No commercially available products function using the GOTS COMRIC Software. Provide a Statement of Actions, If Any, The Government May take to Remove or Overcome any Barriers to Competition Before Future Acquisitions are Required: None at this time, in order to design technical solutions that integrate COTS products, detailed training from the manufacture of those COTS products is a necessity. The 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 Government, price and other factors considered. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering price, delivery, and ability to provide items as described above without deviation. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2008) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions –Commercial Items (FEB 2007) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (Jun 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 Central Contractor Registration (CCR)(Oct 2003). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer – CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders –Commercial Items (MAY 2008), 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 (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.222-50 Combat Trafficking in Persons(AUG 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). FIRM FIXED Price Proposals may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery of Subscription, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is June/23/2008 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailed to the primary POC James A. Lassiter Contracting Officer James.A.Lassiter@uscg.mil 2nd POC Ms. Carrie Houck Contracting Officer, USCG Carrie.F.Houck@uscg.mil *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by June/23/2008 @ 8:00am EST. The anticipated Award Date for the Contract is June/23/2008, this date is not exact.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d72ec68781113a0e602db1f6b8c97a4b&tab=core&_cview=1)
 
Record
SN01593629-W 20080615/080613220818-d72ec68781113a0e602db1f6b8c97a4b (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.