SOLICITATION NOTICE
61 -- Purchase and Install of Isolation Transformer Kit
- Notice Date
- 2/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- 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-PC2123
- Archive Date
- 2/25/2012
- 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 FAR Subpart 12.6 as supplement with additional information 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-PC2123. 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 and 13. The North American Industry Classification System (NAICS) is 238210. The SBA size standard is $14.0 Million. Due to this Acquisition being considered to be a Sole Source Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a), This IS NOT A Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase on a non-competitive basis by awarding a Firm Fixed Purchase Order Contract to: Emerson Network Power, Liebert Services, Inc. for professional engineering services to install an Isolation Transformer Kit into a Liebert Maintenance Bypass Cabinet (MBC) at USCG VTS Berwick Bay, 800 David Drive, Morgan City LA 70380. The proposed contract action resulting from this synopsis/solicitation for commercial services is the Government's intention to solicit and negotiate with only one source under the authority of FAR 6.302.1 and 13.106-1(b). Interested persons/parties may indentify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the 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: Emerson Network Power Liebert Services, Inc., 610 Executive Campus Drive, Westerville OH 43082; Cage Code 1MY11. A current CCR Data Search and EPLS Data Search were conducted on this Contractor by the Contracting Officer. This Contractor is current/active in CCR and does not appear on the EPLS List. Data Search date: Feb/01/2012. This is a Sole Source Procurement. See attached JOTFOC Document below. 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. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Price Proposals with Delivery Information by FEB/10/2012 @7:00AM EST. Delivery Information is to include the Shipping Terms the Offerer is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. 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. 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/14/2012, this date is approximate and not exact. Schedule B: Line Item 1: 1 Each of - SFA 1829-(1) Isolation Transformer Kit. Line Item 2: 1 Lot of - one (1) day of Professional Installation Support Services (labor) required to install the SFA 1829-(1) Isolation Transformer Kit at VTS Berwick Bay, LA. See attached Statement of Work (SOW). Line Item 3: 1 Lot of - Travel expenses required to perform services as listed in the SOW. 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 (JAN 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) (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 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 (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 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) 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: US Coast Guard Command, Control, and Communications Engineering Center (C3CEN), 4000 Coast Guard Blvd, Portsmouth, VA 23703. (2) Nature and/or description of the action being approved. Purchase and installation of a SFA 1829 Isolation Transformer Kit into a Liebert MBC located at VTS Morgan City, LA. (3) A description of the supplies or services required to meet the agency's needs (including the estimated value). Line Item 1: 1 Each of - SFA 1829-(1) Isolation Transformer Kit. Line Item 2: 1 Lot of - one (1) day of Professional Installation Support Services (labor) required to install the SFA 1829-(1) Isolation Transformer Kit at VTS Berwick Bay, LA. Line Item 3: 1 Lot of - Travel expenses Total Estimated Value: $ 10,000.00 (4) An identification of the statutory authority permitting other than full and open competition. IAW FAR 6.302-1 (c) Application for Brand Name, the item is required to be brand specific. This transformer kit MUST be manufactured by original equipment manufacturer - Emerson Network Power, Liebert Services, Inc. (5) Contractor's Unique Qualifications: IAW FAR 6.302-1 (a) (iii) these services have been deemed to be available only from the original source. Emerson Network Power / Liebert is the OEM and provides highly specialized services with their factory trained Engineers to test, repair, install, and service all components, parts and equipment associated with the Liebert UPS system. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable: A Request for Quotation (RFQ) will be posted on FEDBIZOPS with the statement that any Contractor that feels that they can provide these Supplies as listed may provide a Quotation. Requirement shall be posted as Brand Specific. The Original Equipment Manufacturer (brand) is Emerson Network Power, Liebert Services. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Prices are fair and reasonable based on comparison of two previous Coast Guard purchases for same requirement. (8) Market Research Market research was conducted by numerous internet searches for other qualified sources.. (9) Any other facts supporting the use of other than full and open competition, such as: The isolation transformer is needed in order to prevent further lighting strike damage. VTS Morgan City has experienced lighting strikes and caused over $40,000 worth of damage and mission down time. The installation of this system would prevent further damage and down time for this VTS. The isolation transformer is also needed due to the fact that there is no source of lighting protection at this time. Due to the safety concerns of personnel and property - Emerson's factory trained expert is required for this work. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None at this time (11) Removing Barriers to 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. CW04 Brian Ellis Technical Representative STATEMENT OF WORK SHORT TITLE: INSTALLATION OF ISOLATION TRANSFORMER INTO LIEBERT MAINTENANCE BYPASS CABINET (MBC) 1. PLACE AND DATES OF PERFORMANCE USCG VTS Berwick Bay, 800 David Drive, Morgan City LA 70380 a. Anticipated Period of Performance is 1 March 2012 to 1 April 2012. b. 10 Days after award of Contract, the Contractor will coordinate and schedule a firm date with the USCG on site Project Manager. 2. REFERENCES a. COMDTINST M10550.25 Electronics Manual b. VTS Electronics Integrated Logistics Support Plan (EILSP) c. Federal Travel Regulations, 4ICFR Chapter 300-304 3. SPECIFICATIONS: N/A 4. SECURITY REQUIREMENTS The contractor shall provide a qualified person to perform all requirements in this task order within the timeframes specified. All contractor employees supporting this task order must be citizens of the United States due to Department of Homeland Security information security requirements. The contractor's facility security officer (FSO) shall provide a visit authorization letter (VAL) to Marine Safety Unit (MSU) Morgan City's Command Security Officer at least five days in advance of commencing work. The VAL shall identify all contractor employees requiring access to the job site. Questions concerning VAL requirements shall be directed to MSU Morgan City's Command Security Officer at (985) 380-3295. 5. KEY PERSONNEL 5.1 EMERSON ELECTRONIC REPRESENTATIVES Emerson Funding/Contracting Representative: Mae Fernandez Emerson Network Power 610 Executive Campus Drive Westerville, Ohio 43082 Mae.fernandez@emerson.com Phone number: (614) 841-7038 Fax: (614) 841-6676 5.2 US COAST GUARD COMMAND, CONTROL AND COMMUNICATIONS CENTER (C3CEN) REPRESENTATIVES: USCG Contracting Representative: Mr. James Lassiter USCG C3CEN, USCG C3CEN, 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone number: (757) 686-2149 Email: James.A.Lassitor@uscg.mil USCG On Site Project Manager and Contracting Officer Representative (COR): Howard Fields, USCG VTS Berwick Bay, 800 David Drive, Morgan City LA 70380 Phone number: (985) 380-533 Email: howard.I.fields@uscg.mil 6. DESCRIPTION OF WORK Under this effort, the contractor shall provide all materials, tools and labor required to: • Install Isolation Transformer Kit into Liebert MBC equipment nr# 1386639 at VTC Berwick Bay, LA 7. GOVERNMENT-FURNISHED INFORMATION: 8. GOVERNMENT-FURNISHED MATERIAL: N/A 9. GOVERNMENT-FURNISHED EQUIPMENT: N/A 10. CONTRACTOR-FURNISHED EQUIPMENT: N/A 11. CONTRACTOR-FURNISHED MATERIAL In addition to the one FA 1829-(1) Isolation Transformer Kit, the contractor will provide all additional CFM as required to satisfactorily complete the job. 12. TRAVEL REQUIREMENTS: a. Contractor is authorized to travel from Home Office to actual work site and return. This is a one day hardware installation and demonstration effort and no lodging will be required. 13. TRANSPORTATION OF EQUIPMENT/MATERIAL The contractor shall transport equipment and material as required. 14. DATA DELIVERABLES All Manufacturers equipment documentation for the Isolation Transformer Kit. 15. SUBCONTRACTING REQUIREMENTS: N/A 16. ACCEPTANCE All work performed, all materials and all data provided under this delivery order will be made available for inspection of compliance with requirements of this delivery order and be reviewed as accomplished by the designated remote site personnel with final acceptance by the COR. 17. OTHER CONDITIONS/REQUIREMENTS N/A 18. LIST OF ATTACHMENTS: N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC2123/listing.html)
- Record
- SN02667615-W 20120205/120203234708-c0989131eb5f46ab81bf63f8de82d949 (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 |