SOLICITATION NOTICE
16 -- HC-130J Multi Mode Radar Radome
- Notice Date
- 10/28/2009
- 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), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-10-Q-300002
- Archive Date
- 11/28/2009
- Point of Contact
- Thomas F Mason, Phone: 252-384-7184, Debra D Mitchell, Phone: 252-335-6291
- E-Mail Address
-
thomas.f.mason@uscg.mil, debra.d.mitchell@uscg.mil
(thomas.f.mason@uscg.mil, debra.d.mitchell@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for the procurement of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This requirement will be satisfied using commercial acquisition procedures specified in FAR Parts 12 and 13. This announcement constitutes the only solicitation; firm-fixed-price proposals for the procurement of the following items are being requested and a written solicitation will not be issued. Solicitation number HSCG38-10-Q-300002 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Quotation (RFQ). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-37. The USCG intends to award Sole Source procurement for the items listed below to the Original Equipment Manufacture (OEM). This procurement is being solicited on an unrestricted basis. The North American Industry Classification System Code is 334220. The business size standard is 750 employees. The Original Equipment Manufacture is Nurad Technologies Inc, 3310 Carlins Park Drive, Baltimore, MD, 21215-7851, cage code 25223. All responsible sources may submit an offer, which will be considered. Offers may be submitted on company letterhead stationery indicating the National Stock Number, Part Number, and Nomenclature. All offers are to be submitted in U.S. Dollars, rounded off to the nearest whole dollars. Evaluation factors for award will be based on Lowest Price Technically Acceptable quote. Nomenclatures, Part Numbers and Unit Pricing. BELLY RADOME, 2 Each, NSN: 5841-01-HS2-0463, P/N 092-00679-001. These items are to be manufactured in accordance with the Original Equipment Manufacturer’s Manual. Used, reconditioned, overhauled, or remanufactured material is not acceptable. The Coast Guard does not own, nor can it provide drawings or technical data related to this requirement. Required delivery is 45 days After Receipt of Order (ARO). Early deliveries will be accepted. Deliver to the USCG Aviation Logistics Center, Attn: Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Early deliveries will be accepted. Packaging, packing, and preservation shall be in accordance with best commercial practices. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Labeling shall include the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Purchase Order and Line Item Number. Labeling data shall be attached to the outside of the shipping containers. Bar coding is not required. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This solicitation incorporates one or more clauses 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. Also, the full text of the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil. FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000). FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009)-Offeror shall include a completed copy of this provision with their offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov http://orca.bpn.gov/. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) is tailored as follows: FAR 52.211-15, Defense Priority and Allocation Requirement (Apr 2008); FAR 52.245-1 Government Property (June 2007); FAR 52.247-34, FOB Destination (Nov 1991); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2009); (b) (1), (18), (19), (20), (21), (22), (24), (31), (34), (39), and (43). FAR 52.233-3, Protest After Award (Aug 1996). Point Of Contact is Thomas Mason at (252) 384-7184 and Debra Mitchell, at (252) 335-6291. Closing date/time for submission of quotations is 13 Nov 2009, 3:00 P.M. Eastern time. Submissions may be faxed to (252) 335-6452 or emailed to either Thomas.F.Mason@uscg.mil, or Debra.D.Mitchell@uscg.mil Submit to USCG C-130H, Aviation Logistic Center, DRS C-130H Heavy Maintenance Hanger, 1060 Consolidated Road, Elizabeth City, NC 27909. All responsible sources may submit an offer, which will be considered. Vendors must have a valid Cage Code and DUNS number and be registered in CCR. Offers may be submitted on company letterhead stationary and must include the following information: Solicitation number, the National Stock Number, Nomenclature, Part Number, Unit Price, and Payment terms. (End of provision) NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (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 Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG 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 a specific USCG 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 USCG 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. The 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 in FAR 33.103. If the protester 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 submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (1) Agency and Contracting Activity -- U.S. Coast Guard, ALC C-130 Long Range Surveillance Branch, Elizabeth City, North Carolina, presents this Justification for Other Than Full and Open Competition (JOTFOC) for review and approval. (2) Nature and/or description of the action being approved. – Approval is requested to procure, on a sole-source basis, the purchase of HC-130J Multi Mode Radar Radome. This is a commercial item also utilized on Commercial Canadian Aircraft that will be procured utilizing the procedures in FAR Part 12. The proposed contractor is Cobham Sensor Systems DBA Nurad, of Baltimore MD, the original equipment manufacturer of the Multi Mode Radar Radome. Pricing is Firm Fixed Price (FFP) provided on Quote # MTM 4492-1. (3) Description of Supplies/Services – The requirement is to provide Radome spares on the C-130J aircraft. The total estimated value of this procurement is $258,982.00. In addition an IGE was completed and the (FFP) is considered to be reasonable for a system of this complexity. (4) Identification of Statutory Authority Permitting Other than Full and Open Competition. – 10 U.S.C. 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. (5) Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited. – Cobham Sensor System Nurad Division is the original equipment manufacturer of theRadome. This is the only known firm who can provide approved spare parts, repairs, engineering design changes and product improvements. Cobham Sensor Systems owns the rights to the proprietary data, specifications and drawings necessary for performance and has the staff and extensive experience necessary to maintain and improve Radome performance/reliability. (6) Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. A combined synopsis/solicitation will be submitted via Federal Business Opportunity upon approval of this J&A. Cobham Sensor Systems is the only known OEM authorized for this procurement. (7) Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. It is the Contracting Officer’s opinion that the (FFP) has been determined fair and reasonable based on comparison with the pricing of similar Radar systems and the Radome’s of those systems (8) Description of Market Research Market research was conducted by researching Fed Log, ILS, and Haystack for additional suppliers and contacting Cobham Sensor Systems for distributors. A sources sought was also placed on Feb Biz Ops under HSCG38-09-S-H00003 the only response received was from Cobham Sensor Systems Since Cobham Sensor Systems is the only firm owning the rights to the proprietary technical data required for performance, additional competition is not expected. Any other feasible source would have to build or modify existing equipment utilizing Cobham Sensor Systems Nurad division drawings that are proprietary and cannot be provided to third parties. (9) Any Other Facts Supporting the Use of Other Than Full and Open Competition. All of the data, specifications, manuals, and drawings necessary to perform this requirement are proprietary to the OEM. Cobham Sensor Systems Nurad division is the only firm who has the technical data necessary to produce the required Spares, Repairs and approved replacement parts necessary for Radome performance. (10) A Listing of the Sources, if Any, Which Expressed, in Writing, an Interest in the Acquisition. A combined synopsis/solicitation will be submitted via Federal Business Opportunity upon approval of this J&A. If any responses are received, the file will be documented accordingly and the requirement competed among all eligible offerors. (11) A Statement of the Actions, if Any, the Agency May Take to Remove or Overcome Any Barriers to Competition Before Any Subsequent Acquisition for Supplies or Services Required. In support of the Competition in Contracting Act, ALC established the New Product Development Branch (NPD). Subsequently, a representative of the NPD Branch was reassigned to the HC-130 Product Line. This representative has the responsibility to locate alternate sources of supply/services and alternate acceptable products. Engineering, contracting and NPD representatives continuously conduct market research buy using ILS, FEDLOG, Hay Stack, and placing sources sought notices on FEDBIZOPS. To ensure that companies interested in doing business with the USCG are given every opportunity to compete for our requirements. (12) Technical / Requirements Personnel Certification I hereby certify this document meets the Government’s minimum need and that the supporting data which forms a basis for this justification is complete and accurate.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-Q-300002/listing.html)
- Place of Performance
- Address: USCG C-130H, Aviation Logistic Center, DRS C-130H Heavy Maintenance Hanger, 1060 Consolidated Road, Elizabeth City, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN01993639-W 20091030/091028234941-dac8e363cbfff05a5bcc8f8df674f5a8 (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 |