Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

70 -- PURCHASE OF VARIOUS IT SUPPLIES/COMPONENTS - Section 508 Document

Notice Date
5/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component 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, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-10-Q-OM1SWATCH
 
Archive Date
6/4/2010
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Section 508 Document 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 Quote number RFQ HSCG44-10-Q-OM1SWATCH.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. The US Coast Guard Command and Control Engineering Center C2CEN intends to award a Single or Multiple Award( as advantageous to the Government) Firm Fixed Price (FFP) Purchase Order Contract as a result of this RFQ using Simplified Acquisition Procedures IAW FAR Subpart 13.5 Test Program for Certain Commercial Items. For the purchase of the Items as listed in the Schedule B table below. These Items/Parts are to be New. Used Items/Parts are not acceptable. This procurement will be processed in accordance with FAR Part 12 and Part 13.5. The North American Industry Classification System (NAICS) is 334419. The SBA size standard in Employees is 500. This is a Total Small Business Set-Aside. 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 the source or sources under the Authority of: Section 4202 of the Clinger-Cohen Act of 1996. Section 4202, Application of Simplified Procedures to Certain Commercial Items. Authorizes the establishment in the FAR of simplified procedures for acquisitions within a certain dollar range (not to exceed $5,000,000) when the contracting officer reasonably expects that offers will include only commercial items. Also this following Authority is applicable to this acquisition: 6.302-1 (2)(ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components there, of, when it is likely that award to any other source would result in a substantial duplication of cost to the Government. These Items are required to be Brand Specific and meet the exact specifications as listed below, substitute Items and Specifications will not be considered for PO Contract award. Any responsible Contractor that can provide the Items listed below exactly as stated in terms of Brand and others Specifications listed is encouraged to provide FFP for those items. The following are the known sources for the items listed below: Items 1-2 Advanced Programs Inc Cage Code#0NV63: Items 3-5 NOVA Power Cage Code#1BCN7: Items 6-7 Global Strategies Group Cage Code#07GS9: Items 8-16 General Technics Cage Code#09VV4: Item 17 SAM Intl. Cage Code#1PM12: Items 18-22 CHI Systems Cage Code#47801. See below Justification for Other Than Full and Open Competition IRT the requirement for Brand /Model Specific Items. Interested persons/parties may identify their interest and capability to respond to the requirement or submit proposals. PLEASE NOTE: THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. Schedule B- Item Part/Desc & Number QTY 1 DHL-105 TRANSMITTER TO CPU SPIDER CABLE PN#YCS-HI-CBL COTS 13' PS/2 CABLE 6 ea 2 ROSE CRYSTALVIEW FIBER EXT PACKAGE (INCLUDES TRANSMITER AND RECIEVER) PN#API DHL-105 6 ea 3 AB-25-SRN-96 AUX BATTEERY BACK-UP TRAY FOR 2000/2400VA UPS SYSTEM. 2U-HIGH,19 RACKMOUNT,STEEL CHASSIS. PRE-INSTALLED WITH TWO 96VDC BATTERY PACKS(PN#120-13400)INCLUDES ANDERSON/MOLEX ADAPTER CABLE 1 ea 4 UPS 1-2.4K-1G-SRNDTI-F2E 2400VA/168OW RUGGEDIZED UPS FOR SHIPBOARD APPLICATIONS. 3U-HIGH, 19" RACKMOUNT, 23" DEEP, 120 VAC/60 Hz INPUT PN# 1-2.4K-1G-SRNDTI-F2E 11 ea 5 SNMP NETWORK AGENT CARD. SHORT CARD INCLUDES SNMP v3 STANDARD PN# CT-90A-2 11 ea 6 XCAFE XBIN FRAMEWORK COMPONENT OF xVIz VISUALIZATION AND MONITORING PRODUCT 5 ea 7 ANNUAL xVIz SOFTWARE MAINT. AGREEMENT (INCLUDED IN LICENSE PRICE FOR THE FIRST YEAR) 5 ea 8 SUPERMICRO SUPER SERVER 50161-MT. PN#XX100 20 ea NOTE: HW126 MODIFY CHASSIS TO MOUNT OVER NETWORK PORTS 9 INTEL XEON X3460 (2.8GHZ, 8MB, 2.5QPI) PN#CP675 20 ea 10 2GB ECC REG DDR3-1333 MEMORY PN# XX100 80 ea 11 DVD-RW SLIM SATA TRAY LOADING DRIVE 20 ea PN#RD440 12 WD RE3 320GB SATA 7.2 RPM HARD DRIVE PN# HD686 40 ea 13 2ND SERIAL CABLE FOR SUPERMICRO (DTK) PN#HW126 20 ea 14 eVGA 9500GT 512MB PCIe VIDEO CARD PN#DS722 20 ea 15 MICROSOFT WINDOWS 7 PROF 64 BIT PN#SW270 20 ea 16 PRE-LOAD WINDOWS XP-PRO 32BIT PN#XX100 20 ea 17 PERLE IOLAN SDS16 SECURE DEVICE SERVER 16XrRJ45 CONNECTOR, 1U RACK MOUNT, SOFTWARE SELECTABLE EIA232/422/485 INTERFACE, 10/100/1000 ETHERNET, IPv6 5 ea 18 HATTELAND 19.0 MARITIME MULTI DISPLAY SERIES 1 BONDED AC RAL9011 POTMETER CONTROLS PN# JH19T14MMD-AA1-AOBA 16 ea 19 HATTELAND 19.0 MARITIME MONITOR TEMPEST DISPLAY PN# HM 19T14 MMD-AAT-AOBA 6 ea 20 17-19-20-23" ROTATION BRACKET BLACK RAL 9011 PN# JH MMDRO STD-A1 5 ea 21 17-18-19-20" BRACKET-BLACK RAL-9011 PN# JH MMDBR STD-A1 5 ea 22 18" AND 19" VESA BRACKET STD 15 ea PN# JH VESA 18T04-A1 Shipping Terms of FOB Destination are preferred. If any offeror is quoting FOB Origin please give Shipping Cost separate for each Line Item. The USCG/Government intends to award a Single or Multiple Award PO contract(s) resulting from this solicitation to the responsible bidder(s) proposal conforming to the solicitation which will be most advantageous and BEST VALUE to the Government, price and other factors considered. See Evaluation Criteria below. Contractors that can provide these Items either as the OEM's and or Authorized Distributors/Resellers are encouraged to provide quotations/proposals for those items. It is not anticipated that one Contractor will be able to provide all the Items listed in this RFQ. Thus this may result in Multiple Awards. FIRM FIXED Price Proposals/Quotations may be submitted on company letterhead stationary and must include the following information: Cage Code Number/DUNS Number, 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 May/20/2010 @ 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. Cheryl Ellis (757)686-4201 *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by May/20/2010 @ 8:00am EST. The Anticipated Award Date for the Purchase Order Contract is Mar/21/2010, this date is approximate and not exact. Shipping / Delivery Requirement: Unless otherwise specified in the awarded PO Contract all Items will be required to be directly delivered/shipped to the USCG C2CEN 4000 Coast Guard Blvd. Portsmouth Va. 23703 Delivery Schedule: All Items will be required to be delivered within 45 Days ARO Shipping Terms of FOB Destination are preferred(shipping cost are included in purchase cost) If any offeror is quoting FOB Origin please quote Shipping Cost as a separate Line Item. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR, Central Contractors Registration The Following FAR Clauses apply to this Acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 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 technical specifications, price, delivery. Most Important- Meeting exact Technical Specifications as stated for each Item. Second Most Important- Overall Price/Cost. FFP cost quotations/proposals for each item. Also as part of TradeOff for Overall Price/Cost the Evaluation and Determination of processing a Single Award PO Contract or processing Multiple Award PO Contracts as what is determined to be most advantageous to the USCG/Government. This determination of quantities of awards from this Solicitation will be made as to what is most advantageous to the USCG/Government in terms of Administrative Cost/Overall Cost and as to meet the requirements for this Solicitation. Third Most Important- Proposed Delivery time frame. Ability to provide the Items with-in the Delivery required time frame. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via Fed-Biz-Ops with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (MAR 2009) 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)(Jul 2006). 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 52.219-6 Notice of Total Small Business Set-Aside(JUNE 2003) FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders -Commercial Items (APR 2010), 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 (AUG 2009) (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 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(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 NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. USCG C2CEN SEAWATCH-378 EQUIPMENT PURCHASE Justification for other than full and open competition. (JOTFOC) (a) Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information: (1) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." United States Coast Guard Command and Control Engineering Center (C2CEN), Portsmouth Virginia (2) Nature and/or description of the action being approved. C2CEN requires the items listed in section 3 that will be used on SEAWATCH-378 equipment suite for prototype development and acceptance testing. The equipment required for SEAWATCH-378 is specified by the Fast Response Cutter (FRC) Circular of Requirements (COR) Section 425-1.1, scaled to 378-foot High Endurance Cutter (WHEC) platform. C2CEN is developing and delivering Government Furnished Information (GFI) software, SEAWATCH-378, to be used on WHEC's as part of the Command and Control System technology refreshment. The requirement for the WHEC Bridge to meet TEMPEST level 2 standards limits the number of possible Commercial off the Shelf Products. (3) A description of the supplies or services required to meet the agency's needs. The FRC-B COR identifies specific computer hardware (and operating system software where appropriate) which the GFI must be compatible with. Furthermore, a majority of the GFI software applications are developed by the Defense Information System Agency (DISA) which specifies specific hardware equipment requirements. Supermicro Equipment List: 1. General Technics Supermicro Super Servers 5016I-MT Processor: Intel Xeon Quad-core X3460 2.8 GHz Memory: 8 GB Hard Drive: 2ea WD RE3 320GB SATA drives Network: 2 10/100/1000 Mbps Ethernet Ports: 4 USB 2.0 / 2 serial Graphics: eVGA 9500GT 512MB PCI-E Optical Drive: DVD-RW Slim SATA TRAY loading Drive Power Supply: 350W Operating System: Windows 7 Professional downgraded to Preload Windows XP Professional SP3 Clary Equipment List: 1. 2.4KVA UPS: UPS1-2.4K-1G-SRNDTI-F2E 2. Dual Battery Pack UPS: AB-25-SRN-96 3. SNMP Network Agent Card: CT-09A-2 API Equipment List: 1. API DHL-105 Rose Fiber KVM Extender 2. API DHL-105 Transmitter to CPU spider cable Hatteland Equipment List: 1. Model: HM 19T14 MMD-AAT-AOBA 2. Model: JH 19T14 MMD-AAT-AOBA Global Mission Group: 1. XViz System Monitoring License Perle Equipment List: Perle SDS16 Secure Device Server (Model SDS16) The ESTIMATED total amount for all these items: $280,000.00 (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1 (2)(ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components there, of, when it is likely that award to any other source would result in a substantial duplication of cost to the Government. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Vendors and model numbers have been dictated by the FRC-B COR and the DISA. Additionally, the equipment is specified by the SEAWATCH System Development Lifecycle (SDLC) Plan and System Lifecycle Maintenance Plan (SLMP). The API DHL-105 Rose Fiber KVM Extender is the only commercial KVM extender that meets the TEMPEST Level 2 standards as suggested by the CTTA. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. Requirement shall be posted on FED BIZ OPS as Brand, Model and Specifications Specific; there is no restriction on the selection of vendors. API is the only company that sells KVM Extender with a TEMPEST level 2 certification. The original System Monitor Software order was put up for full and open competition to supply a SEAWATCH System Monitoring application. The sources that submitted a proposal were Global Mission Systems, Solarwinds, and Zyrion. The result was that the Global Mission Systems' XCAFE proposed both the lowest price for the system and offered the highest degree of conformity to the SEAWATCH system requirements. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The best price available will be selected for the required equipment from multiple vendor quotes. And comparison to past purchases via USCG Contracts. (8) A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. For those items not available from GSA schedules, market research using the internet has identified the most economical sources. C2Cen has previously performed market research to determine the best system monitoring software to meet our approved SEAWATCH requirements. The result was that the Global Mission Systems' XCAFE proposed both the lowest price for the system and offered the highest degree of conformity to the SEAWATCH system requirements. (9) Any other facts supporting the use of other than full and open competition, such as: Technical data packages, specifications, engineering descriptions, statements of work and purchase descriptions suitable for full and open competition are not available because the Commercial Funded Equipment (CFE) is called out in the COR and the hardware and software required by the DISA application is dictated by the DISA. The Global Mission Systems' XCAFE xBin framework component of xViz Visualization and Monitoring Product was selected during the first order by full and open competition. It is deployed on SEAWATCH FRC and is on the C2CEN SEAWATCH baseline and core software build list. If another brand and source were to be used for SEAWATCH-378, the entire SEAWATCH System Monitoring application would have to be redesigned and tested at considerable cost to the government. Government Estimate for duplication cost is $3.5 Million. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. The original order for a system monitoring software was put up for full and open competition to supply a SEAWATCH System Monitoring application. The sources that submitted a proposal were Global Mission Systems, Solarwinds, and Zyrion. Global Mission Systems' XCAFE was selected based on cost and ability to conform to all SEAWATCH FRC System Monitoring requirements. (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 the supplies or services required. None required. Any current vendor that can meet the specific brand name, model, and specifications called out in the FRC COR is acceptable. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. (a) The requirement to purchase precise brand, model, and specification equipment for development of GFI for installation on CFE is valid. This requirement restricts competition to those vendors capable of providing the exact equipment specified but does not prohibit competition between similar vendors. (b) Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. The FRC COR requirement has been certified and accepted by the Coast Guard Acquisitions directorate, CG-9; as the specifications and performance standards for the Fast Response Cutter. SEAWATCH-378 is a variant of the SEAWATCH Core System that has been scaled to the 378-ft WHEC platform. Technical (signature) LT. Kawamoto Contracting Officer (signature) James A. Lassiter 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: 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-Q-OM1SWATCH/listing.html)
 
Record
SN02150149-W 20100516/100514235128-f9a25552b0d20ad5d7379a51448d3ea0 (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.