SOLICITATION NOTICE
70 -- PURCHASE OF ULTRA ELECTRONICS ADVANCED TACTICAL SYSTEMS SOFTWARE UPDATE
- Notice Date
- 1/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer 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
- HSCG44-12-Q-PNV021
- Archive Date
- 2/18/2012
- 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 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 HSCG44-12-Q-PNV021. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-55. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 334111. The SBA size standard in Employees is 1000. This is Not a Small Business Set-Aside, due to this acquisition being a Sole Source Procurement and IAW FAR 19.502-2(a) The Contracting Officer does not anticipated that there will be 2 or more qualified Small Business Concerns to provide pricing for this requirement. The USCG Command Control and Communications Engineering Center (C3CEN) Ports. Va. 23703 intends to purchase on a non-competitive basis by awarding a Firm Fixed Price Purchase Order Contract to Ultra Electronics Advanced Tactical Systems Incorporated of Austin Texas for the purchase of: 8 Each of Air Defense Systems Integrator version 14.1.1. Service pack 3 Software Update and Licenses. The Items are required to be OEM/Brand Specific; the OEM/Brand required is Ultra Electronics Advanced Tactical Systems. 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 proposals. This notice of intent is not a request for competitive quotations/proposals. However, all quotations/proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the USCG/Government. A determination by the USCG/Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the USCG/Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes for future acquisitions. The contractor for this proposed Sole Source contract is: ULTRA ELECTRONICS ADVANCED TACTICAL SYSTEMS, INC. Cage Code: 0B9D8. An EPLS/CCR/BINCS Contractor Verification Information search was conducted on Jan/26/2012 by the Contracting Officer, this Contractor is in an Active Status in CCR and is not on the EPLS List and appears to be in good standing with the Gov. This is Considered to be a Sole Source Acquisition. See attached Justification for Other Than Full and Open Competition (JOTFOC). 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 Required Delivery Date is 30 Days ARO. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is FEB/3/2012 @7:00AM EST. Facsimile and Email quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to the POC James A. Lassiter, Contracting Officer, James.A.Lassiter@uscg.mil. Anticipated Award Date for the PO Contract is FEB/6/2012, this date is approximate and not exact. Schedule B: Line 1: 8 Each of Ultra Electronics Advanced Tactical Systems Software Update Version 14.1.1 SP3; Item/Part Number: Sw-UPG. Required Specification: Specifications for the Update must meet the standards for Link 11 and Link 16 as defined by the United States Department of Defense under MIL-STD-6011 and MIL-STD-3011 to receive, process, correlate, and display up to 2000 tracks from local radars, tactical data links, and intelligence sources with minimal operator interaction. The Following FAR Provisions apply to this Acquisition: 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 (NOV 2011) 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: 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 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2012), FAR 52.252-2 Clauses Incorporated by Reference (FEB 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) (APR 2008). 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 The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (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 2010) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) (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 2010) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) 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) The above/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) (1) Agency, Contracting Activity The United States Coast Guard Command, Control, & Communications Engineering Center (C3CEN), Portsmouth, VA. (2) Nature and/or description of the action being approved. Purchase of Version 14.1.1 service pack 3 Software Update, Software Licenses, and required documentation for the ADSI system in support of Link 11, Link 11B, Link 16, Satellite TDL J, MIL-STD-3011, and TacViewC2. (3) A description of the supplies or services required to meet the agencys needs (including total estimated value): Eight (8) each of Air Defense Systems Integrator (ADSI) Version 14.1.1 SP3 software upgrades, associated Software licensees and required; Item nr. SW-UPG. Total estimated value: $ 12,000.00 (4) Statutory Authority permitting other than full and open competition. IAW FAR 6.302-1(c) Application for Brand Name, the Items are required to be Brand Specific; they must be manufactured by Ultra Electronics Advanced Tactical Systems. Ultra Electronics is the Original Equipment Manufacturer (OEM) of this software. (5) Contractor's unique Qualifications Ultra Electronics Advanced Tactical Systems is the developer and owner of the proprietary hardware and software cited for this system and they have been able to get the system JITC accredited IAW MIL-STD-6011 and MIL-STD-3011 standards. Ultra Electronics Advanced Tactical Systems Air Defense Systems Integrator (ADSI) Version 14 meets the performance specifications for Information Assurance and mission execution. (6) A description of efforts made to ensure that offers are solicited from a many potential sources a practicable. A RFQ will be posted on FEDBIZOPS with a statement that any Contractor that feels that they can provide these Supplies as listed may provide a Quotation and all quotes will be considered by the Government. (7) A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. This purchase has been determined to be fair and reasonable based on their commercial pricing is the same as what is offered to the general public. (8) Market Research Market research was conducted using various internet searches for pricing and cost estimating. During market research and system analysis, Ultra Electronics Advanced Tactical Systems Air Defense Systems Integrator (ADSI) update version 14.1.1 SP3 was determined to be the best solution for achieving the mission and to keep the Coast Guard Cutters current and compatible with the U.S. DOD Agencies. (9) Any other facts supporting the use of full and open competition To select the product from another vendor means we would need to again have to pay the cost of Engineering, Testing and develop new Training and this would not be cost effective to the Government. (10) A listing of sources, if any, that expressed, in writing, an interest in the acquisition. None at this time. (11) Removing Barriers to the Competition None at this time. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is determined to be fair and reasonable. James A. Lassiter, Contracting Officer (13) Evidence that any supporting data is complete and accurate by the technical or requirements personnel. I certify this procurement meets the Governments minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. ETC Mark E. Chaney, USCG Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PNV021/listing.html)
- Record
- SN02662929-W 20120129/120127234712-98f92208395465c7dc4388689b14874a (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 |