SOLICITATION NOTICE
58 -- Personal Locator Beacons (PLB) - Attachments
- Notice Date
- 6/22/2011
- 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), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-11-R-MNQ147
- Archive Date
- 8/6/2011
- Point of Contact
- Stephanie L. Gallahan, Phone: 2024753255, James Ferguson, Phone: (202) 475-3194
- E-Mail Address
-
Stephanie.L.Gallahan@uscg.mil, james.f.ferguson@uscg.mil
(Stephanie.L.Gallahan@uscg.mil, james.f.ferguson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment D RTCM Paper Attachment C Past Performance Questionnaire Attachment B: Requirements Description Attachment A: Contract Line Item Excel Spreadsheet (i) This is a combined Synopsis/Solicitation for commercial items or services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a separate written solicitation will not be issued. (ii) This solicitation is issued as a Request for Proposals (RFP), solicitation number HSCG23-11-R-MNQ147, in accordance with FAR Part 12 to provide Personal Locator Beacons. In accordance with FAR 12.203, the Contracting Officer will also use policies and procedures for solicitation, evaluation and award prescribed in Part 15, Contracting by Negotiation as appropriate. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-49 (Jan 2011) (iv) This is a full and open competition solicitation; there is no set-aside. 334 -- Computer and Electronic Product Manufacturing/334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. 52.216-1 Type of Contract: The Government contemplates award of a Firm Fixed Price Requirements Contract resulting from this solicitation. (v) The Contract Line Item Number (CLIN) structure shall consist of multiple CLINS for the base ordering period and each of four (4) consecutive ordering periods for a total of five (5) years as outlined in ATTACHMENT A. (vi) The description of requirements for supplies can be found in ATTACHMENT B. (vii) Period of Performance will be Five (5) Ordering periods of one year each (beginning August 1, 2011 to July 31, 2012, followed by four (4) consecutive one-year ordering periods). Primary place of performance will be the offeror's facility. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following addendum is provided to: Paragraph (b), "Submission of Offers". Proposals should be submitted and shall contain the following information; (1) Solicitation Number; (2) Time Specified for receipt; (3) Name; Address; Telephone Number of Offeror; (4) A technical description of the items being offered in detail. This description shall include technical drawings, pictures, and testing certifications depicting how the items are in compliance with all requirements outlined in ATTACHMENT B; (5) Terms of the Expressed Warranty; (6) Price - Offeror proposals shall be submitted on a Firm-Fixed-Price basis. Offerors shall complete and submit pricing in the Excel file as outlined in ATTACHEMENT A. (7) Remit to address if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information: each Offeror shall provide the USCG Past Performance Questionnaire (see Attachment C) to three references. An Offeror may use as references: relevant contracts, delivery orders, purchase orders, and subcontracts that it has worked with directly. Offerors shall request that the questionnaire be completed by each reference and forwarded from the reference directly to Ms. Stephanie Gallahan and Ms. Chantel Adams via e-mail (Stephanie.L.Gallahan@uscg.mil)( Chantel.A.Adams@uscg.mil ). Questionnaires are due not later than the day and time proposals are due. Offerors shall submit in their proposals, the following information for their references: 1. Name of Contracting Acting Activity, 2. Contract Number, 3. Contract Type, 4. Total Contract Value, 5. Description of Contract Work, 6. Contracting Officer (or equivalent) name and e-mail address, 7. Contracting Officer's Technical Representative (or equivalent) name and e-mail address, 8. Program Manager (or equivalent) name and e-mail address, and 9. Names of first-tier subcontractors (if applicable) Offerors may provide supplemental information on both problems encountered and corrective actions taken on relevant contracts, delivery orders, purchase orders, and subcontracts referenced. Offerors should not provide general information on their performance; such information will be obtained via the questionnaires. The Government reserves the right to utilize past performance information other than the information submitted with the quotations. (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration (ix) The Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and is lowest price technically acceptable. The following shall be used to determine lowest price technical acceptability: (i) item(s) offered meet the Government requirements described in ATTACHMENT B; (ii) no negative relevant past performance information indicating that offeror is not recommended for future work. (iii) price. Prices will be evaluated to determine whether they are fair and reasonable. Total price will be considered for the purpose of calculating lowest-price. Any discounts offered (e.g. quantity discounts or longer lead time in ordering ) will be applied at one-half the amount proposed for the purpose of calculating lowest-price, if multiple discounts are offered the mean will be used for those calculations. Offerors shall propose prices for only the first two items in each ordering period. (x)The Provision at 52.212-3 Offeror Representations and Certifications - Commercial Items. Offeror shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer; OR verify that information required by this provision is listed on the Online Representations and Certifications Application (ORCA) website located at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and appears below in full text. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009); (2) 52.233-3, Protest After Award (AUG 1996); (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (Oct 1995); (19) 52.222-3 Convict Labor (June 2003)(E.O. 11755); (20) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); (30) 52.225-1, Buy American Act - Supplies (FEB 2009); (33) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.225-1, Buy American Act - Supplies (FEB 2009); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). (xiii) Additional contract requirements and terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices are listed below, full text can be found at http://farsite.hill.af.mil/. Clauses: The Clause at 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (Oct 1995); 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered on Purchase Cards or by issuance of purchase orders by USCG Units. Such orders may be issued from _date of award _ through _60 months_. (b) All purchase orders are subject to the terms and conditions of this contract. In the event of conflict between a purchase order and this contract, the contract shall control. (c) If mailed, a purchase order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than _$1,000, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of _$100,000.00_; (2) Any order for a combination of items in excess of _$200,000.00_; or (3) A series of orders from the same ordering office within _10_ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within _15__ days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 Requirements. (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except the estimated quantities are not the total requirements of the Government activity specified in the Schedule but are estimates of requirements in excess of the quantities that the activity may itself furnish within its own capabilities. Except as this contract otherwise provides, the Government shall order from the Contractor all of that activity's requirements for supplies and services specified in the Schedule that exceed the quantities that the activity may furnish within its own capabilities (End Of Clause); (d) The Government is not required to purchase from the contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after _July 31, 2016_. Alternate I (Apr 1984). 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); 52.232-1 Payments (Apr 1984); 52.232-8 Discounts for Prompt Payment. (Feb 2002); 52.232-17 Interest. (Oct 2010); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). In addition Homeland Security Acquisition Regulation (HSAR) Clauses and Provisions apply to this requirement: HSAR clauses can be found at http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf. HSAR 3011.602(c)(1) General HSAR 3052.204-71 - Contractor Employee Access (JUN 2006) ALT II (JUN 2006) HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) HSAR 3052.209-72 Organizational Conflict of Interest (JUN 2006) HSAR 3052.242.72 Contracting Officer's Technical Representative (DEC 2003) (xiv) Defense Priorities and Allocation System is not applicable. (xv) Proposals shall be submitted on 8.5 x 11 paper with a font size not smaller than 12 pts. Proposals shall be in PDF and not larger than 30 pages (all inclusive). Price shall be submitted in an Excel spreadsheet as outlined in 52.212-1 (6). All questions regarding this RFP must be submitted NLT July 7, 2011. Proposals shall be sent to Stephanie Gallahan at Stephanie.L.Gallahan@uscg.mil and Chantel Adams at Chantel.A.Adams@uscg.mil Attachments: (A) Contract Line Item Excel Spreadsheet (B) Requirements Description (C) Past Performance Questionnaire (D) RTCM Paper 76-2002/SC110-STD as amended by RTCM Paper 23-2003/SC110-274
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-R-MNQ147/listing.html)
- Record
- SN02479403-W 20110624/110622234837-7fd2f57a9989717c79936c0c882fc3ed (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 |