Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2012 FBO #3777
SOLICITATION NOTICE

J -- Purchase Service and Maint. for UPS's

Notice Date
3/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-PC2071
 
Archive Date
4/20/2012
 
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-PC2071. 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 811219. The SBA size standard is $7.0 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 the purchase of Service and Maintenance for the USCG Uninterrupted Power Supply Units (UPS) located at Portsmouth, VA. See Parts List and Statement of Work (SOW) below. 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 Mar/26/2012. 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 Apr/05/2012 @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. Email quotes are acceptable and may be emailed to the POC James A. Lassiter, Contracting Officer, James.A.Lassiter@uscg.mil. Anticipated Award Date for the PO Contract is Apr/06/2012, this date is approximate and not exact. Statement of Work/Coverage Type The Contractor shall provide the Level of Service Maintenance as noted for each specific Tag Number and Location listed above. It is required that the technicians providing Level - 1 Service on the Items listed above be Qualified Technicians to service those Items and provide the PM. They are to be Factory Trained Technicians. Level-1 -Guaranteed 4-Hr. response 24 Hr/Day, 7 Days/week -Emergency Service Labor and Travel Coverage -Parts Coverage -Preventative Maintenance (PM) visits scheduled at Customer/USCG convenience Travel: The Contractor will be required to travel to the locations listed below. The Contractors FFP Quotation/Proposal is to include Travel Expenses. Schedule B: Line Item 1: Base Period, 1 Year, IAW SOW ____________ Line Item 2: Option Period One, 1 Year, IAW SOW____________ Line Item 3: Option Period Two, 1 Year, IAW SOW____________ Parts Listing Tag # Description Part # Annual Coverage Type PM Qty. 1513446 NX 80-120 38SB120A0A00 2 Preferred 1513447 NX 80-120 38SB120A0A00 2 Preferred 1513448 NX 80-120 38SB120A0A00 2 Preferred 1513449 NX 80-120 38SB120A0A00 2 Preferred 1513450 FPC 75-125 FPA13C411P8984 1 Preferred 1513451 FPC 75-125 FPA13C411P8984 1 Preferred 1513452 FPC 75-125 FPA13C411P8984 1 Preferred 1514259 NX10-30PERIPH 38SC120AA64LB1S 1 Preferred 1514260 SEALED BATTERY 38BP080XMX1BNS 2 Preferred 1514261 SEALED BATTERY 38BP080XMX1BNS 2 Preferred 1514262 SEALED BATTERY 38BP080XMX1BNS 2 Preferred 1514263 SEALED BATTERY 38BP080XMX1BNS 2 Preferred 1514264 SEALED BATTERY 38BP080XMX1BNS 2 Preferred 1514265 SEALED BATTERY 38BP080XMX1BNS 2 Preferred 1514266 SEALED BATTERY 38BP080XMX1BNS 2 Preferred 1514267 SEALED BATTERY 38BP080XMX1BNS 2 Preferred Scope of Work/Coverage Type The Contractor shall provide the Level of Service Maintenance as noted for each specific Tag Number and Location listed above. It is required that the technicians providing Level - 1 Service on the Items listed above be Qualified Technicians to service those Items and provide the PM. They are to be Factory Trained Technicians. Level-1 -Guaranteed 4-Hr. response 24 Hr/Day, 7 Days/week -Emergency Service Labor and Travel Coverage -Parts Coverage -Preventative Maintenance (PM) visits scheduled at Customer/USCG convenience Travel: The Contractor will be required to travel to 4000 Coast Guard Blvd, Portsmouth, VA 23703. The Contractors Quotation/Proposal is to include Travel Expenses. Quotation Instructions: A-Please provide the Firm Fixed Price (FFP) Quotation broken out for Base Year and All Separate Option Years and reflective. The Offeror shall provide FFP for All Line Items above. Offers for less than all Line Items will not be considered. B-Please provide the Contractors Name and Active Cage Code# with your responses to this RFQ, Quotes will be deemed unresponsive that do not include this required information. Periods of Performance (POP) Note: The Base Year Period of Performance is as follows: Base Period: 1 Year from Date of Award (anticipated/estimated Award Date is Apr/06/2012 Start Date: Apr/06/2012 End Date: Apr/05/2013 Option Period 1: Start Date: Apr/06/2013 End Date: Apr/05/2014 Option Period 2: Start Date: Apr/06/2014 End Date: Apr/05/2015 The Following FAR Provisions/Clauses 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; FAR 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (End of clause) This following clause 52.232-18 applies to the Option Periods Only. (a) FAR 52.232-18 Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) The USCG/Government is not bound nor required to Exercise any Options of this Purchase Order Contract. 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 HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). 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. The following Statement/Information is in reference to this Acquisition being considered to be a Sole Source Acquisition based on the following as provided to the Contracting Officer and hereby agreed upon. Justification for Other than Full and Open Competition (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. Service warranty renewal for the Universal Power Supply (UPS) installed inside C3CEN's Command Centers Laboratory. Note: C3CEN's Command Centers Laboratory UPS consists of the following components: - UPS Systems/Cabinets (4) - Battery Cabinets (8) - Paralleling Cabinet (1) - Foundation Power Center (FPC) Cabinets (3) (3) A description of the supplies or services required to meet the agency's needs (including the estimated value). Provide service and maintenance for C3CEN's Uninterruptable Power Supply (UPS) Site address: C3CEN / 4000 CG Blvd / Portsmouth, VA / 23703: This contract will have a base year and 2 Option Years Total Estimated Cost for the base and two Options: $87,000.00 (4) Statutory authority permitting other than full and open competition IAW FAR 6.302-1 (c) IAW 6.302-1 (2) (ii) Supplies/Services are deemed to be available only from the original source Emerson/Liebert, equipment, including major components must be manufactured and maintained by Emerson/Liebert technicians. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Emerson Network Power /Liebert Services' Customer Engineers are factory trained specifically to test and service components and parts associated with C3CEN's Command Centers Laboratory UPS. This UPS was originally purchased from Emerson /Liebert, and is composed entirely of parts and equipment Emerson /Liebert technicians are qualified to maintain. (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. RFQ will be posted on FEDBIZOPS with statement that any Contractor that feels that they can provide these Supplies or Services as listed may provide a Quotation (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Open purchase products will be determined to be fair and reasonable based on past purchase of similar items and FEDBIZOPS competition. (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. Two companies, APC and Integrated Power Sources of Virginia, were contacted, and both reported that they are unable to provide similar warranty service matching Emerson Network Power / Liebert Services. No other companies were located that could provide market research concerning similar warranty service. (9) Any other facts supporting the use of other than full and open competition, such as: As per Emerson Network Power / Liebert Services' Sole Source Service Provider document - included with this package - Emerson/Liebert is a sole-source manufacturer/service provider that doesn't support third party organizations with technical back-up or guarantee parts availability. Additionally, if a contract is held for these warranty services by a third party and a critical situation arises where Liebert Services is called to the site, the work performed will be billed back to the end user and not the third party. For these reasons, it is strongly recommended that C3CEN continue its current warranty contract relationship for the Command Centers Laboratory UPS with Emerson/Liebert to ensure its future reliability as per original factory specifications. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None at this time (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 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. JAMES A. LASSITER Contracting Officer (13) Evidence that any supporting data that is the responsibility of technical or requirements personnel. I certify this procurement meets the Governments minimum need and the supporting data which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. ETC BRADLEY KOPF Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC2071/listing.html)
 
Record
SN02705786-W 20120328/120326235027-8bf08f7c6c87a0fbb90df32f2d035117 (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.