SOLICITATION NOTICE
61 -- PURCHASE OF ITEMS FOR THE VM-100 FOG DETECTOR
- Notice Date
- 11/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332618
— Other Fabricated Wire Product 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
- HSCG44-11-Q-PCZ037
- Archive Date
- 12/14/2010
- 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
- N/A
- Description
- This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR 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 HSCG44-11-Q-PCZ037.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through FAC Federal Acquisition Circular 05-46. This procurement will be processed in accordance with FAR Part 12 &13. The North American Industry Classification System (NAICS) is 332618 The SBA size standard in Employees is 500. This is NOT a Small Business Set-Aside.IAW FAR Part 19.502-2(a) There is not a reasonable expectation that 2 or more Small Business Concerns will be providing offers for this requirement, due to this requirement is determined to be a Sole Source Acquisition. The Contracting Officer reserves the right to re-solicit as a Small Business Set-Aside if there are responses to this Solicitation that warrant such action. The USCG Command and Control Engineering Center (C3CEN) Ports. Va. 23703 intends to issue a Firm Fixed Price Purchase Order Contract for the purchase of the following Items listed below in Schedule-B. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these material/items than that information listed. Items are to be New Items, Used Refurbished Items are not acceptable. Request for drawings/specs will be disregarded. Due to the compatibility and parts/logistical support of existing USCG Systems & Components it is required that the Items are to be purchased from FIDELITY TECHNOLOGIES CORPORATION. See JOTFOC Justification for Other Than Full and Open Competition. Required Delivery Date is within 60 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN ELECTRONICS REPAIR FACILITY 2401 Hawkins Point RD. Baltimore MD 21226-5000. 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 & 13.106-1(b). Interested persons/parties may identify their interest and capability to respond to the requirement or submit quotations/proposals. This notice of intent is not a request for competitive quotations/proposals. However, all proposals received within 5 Business Days after date of publication of this synopsis/solicitation will be considered by the CG/Government. A determination by the CG/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: FIDELITY TECHNOLOGIES CORPORATION. Cage Code#0CJZ9. An EPLS/CCR/BINCS data search was conducted by the Contracting Officer on 11/16/2010, the Contractor is in Good Standing with the Federal Gov. and is in an Active Registration Status in CCR. This is Considered to be a Sole Source Acquisition. See attached below JOTFOC Justification for Other Than Full and Open Competition Schedule-B Line Item # PN/ Description Quantity Unit 1 PS/FILTER WIRING ASSMBLY 7 EA FOR VM-100 FOG DETECTOR PN#FD1002833 2 DETECTOR ASSEMBLY 9 EA FOR VM-100 PN#FD1002650 3 PROCESSOR ASSEMBLY FOR 15 EA VM-100 PN#FD1002700 4 ANALOG INPUT ASSEMBLY 11 EA FOR VM-100 PN#FD1002400 5 SYSTEM POWER SUPPLY 5 EA ASSEMBLY FOR VM-100 PN#FD1002500 *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Delivery Information,by Nov/29/2010 @ 8:00am EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination, Destination is preferred by the USCG/GOV. If proposing FOB Origin provide Shipping cost as a separate Line Item. The government intends to award a Purchase Order 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. FIRM FIXED Price Quotations may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Nov/29/2010 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to James.A.Lassiter@uscg.mil Email is preferred. The anticipated Award Date for the PO Contract is Nov/30/2010, this date is approximate and not exact. 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 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 The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror 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 specification,price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2010) 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 (JUNE 2010) 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 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders -Commercial Items (OCT 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 The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; 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. Justification for Other than Full and Open Competition (JOTFOC) Simplified Acquisition Threshold 1. Vessel: C4ITSC C3CEN Electronics Repair Facility 2. PR#: 21-11-401PCZ037 3. Description of Supplies or Services: The purchase of repair parts to be used in depot level support of the USCG VM-100 Fog Detector: 4. Estimated Value of Procurement: $43,000.00 5. Source Available: Name: FIDELITY TECHNOLOGIES CORPORATION Address: 2501 KUTZTOWN ROAD READING, PA 19605 Phone: 610-929-3330 x 132 Fax: 610-929-1969 6. Pursuant to FAR Subpart 13.106-1 (b), the Contracting Officer may solicit from one source if they determine that the circumstances of contract action deem only one source reasonably available: Check the appropriate reason below: X Only one responsible source and no other supplies or services will satisfy agency requirements, i.e. Unique capabilities, Limited number of sources, Proprietary data or Brand Name Mandatory ___Unusual & Compelling Urgency ___Exclusive Licensing Agreements ___Industrial Mobilization/Standardization 7. Impact Statement (describe the impact on the mission or property): The U.S. Coast Guard is required by law to maintain a failsafe system in the execution and control of visual and audio aids to navigation. Without such systems, maintained by these specific parts, there would be a negative impact on the reliability of sound and visual signals essential to safe navigation of U.S. waterways. The ATON fleet will be unable to receive properly working VM100 Fog Detectors. These repair parts save the Coast Guard from purchasing new cost-prohibitive VM100s. 8. Explain why an adequate purchase description or other information suitable to solicit by Full and Open Competition has not been developed or are not suitable. FIDELITY TECHNOLOGIES CORP. is the Original Equipment Manufacturer (OEM) and the only known source for providing VM-100 Fog Detector assemblies and sub-assemblies. FIDELITY TECHNOLOGIES CORP is the sole manufacturer of the components contained in this solicitation. FIDELITY TECHNOLOGIES CORP is the only known contractor with the techniques, facilities, test equipment and documentation, along with the quality assurance capabilities necessary to manufacture these components. When Coast Guard Headquarters procured the original equipment, there were no requirements specified for manufacturer's engineering drawings, test procedures, or test specifications. The items listed on this procurement request were the subject of technical review and no other source was found. Documentation is not available to provide for competitive solicitation. 9. Provide a Statement of Actions, if any, the government may take to remove or overcome any barriers to competition before future acquisitions are required. N/A: VM100 Fog Detectors used and maintained by the U.S. Coast Guard are unique. FIDELITY TECHNOLOGIES CORP (OEM) is the sole manufacturer of the components contained in this solicitation and own proprietary rights to the manufacturing specifications for the VM100. Development of a substitute fog detector would be cost prohibitive as an option. ANTHONY KRISTINGS NOV/16/2010 Technical Representative Date ¬¬¬¬¬¬JAMES A. LASSITER NOV/16/2010 USCG, Contracting Officer Date
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PCZ037/listing.html)
- Record
- SN02328198-W 20101118/101116234313-7c22404bf21faa35858737c0dfdc654f (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 |