Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
SOLICITATION NOTICE

59 -- Purchase of Navigation Equipment

Notice Date
7/5/2012
 
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), 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-PC8332
 
Archive Date
7/27/2012
 
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 Subpart 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-PC8332. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 334511. The SBA size standard in Employees is 750. This is Not a Small Business Set-Aside, due to this acquisition being a Sole Source Procurement it is 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) Portsmouth, VA 23703 intends to purchase on a non-competitive bases by awarding a Firm Fixed Price Purchase Order Contract to Trimble Navigation Limited for the purchase of replacement faceplates for C3CEN Portsmouth, VA. Items are required to be Brand/OEM Specific; the Brand required is Trimble Navigation Limited. The proposed contract action resulting from this synopsis/solicitation for commercial supplies is the Government's 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 quotes. This notice of intent is not a request for competitive quotations. However, all quotations 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: Trimble Navigation Limited Cage Code: 3MJN0. An EPLS/CCR/BINCS Contractor Verification Information search was conducted on June/27/2012 by the Contracting Officer listed below. 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's quotation 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 30-45 Days ARO. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Price Quotes with Delivery Information by JULY/12/2012 @7:00AM EST. Delivery Information is to include the Shipping Terms the Offeror 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 Quotes 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 JULY/12/2012 @7:00AM EST. Email quotes are Emailed to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil. Anticipated Award Date for the PO Contract is JULY/12/2012, this date is approximate and not exact. Schedule B: Line 1: 60 Each of - Trimble SPS461 Modular GPS Heading Receiver Faceplate Replacement without LED The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012), 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 (APR 2012) to include Alt I (APR 2011). 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 (FEB 2012) FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (APR 2012), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address https://www.acquisition.gov/far/; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (FEB 2012). 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) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (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 (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 Encouraging Contractor Policies 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 https://www.acquisition.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 and Communication Engineering Center (C3CEN), Portsmouth, VA 23703 (2) Nature and/or description of the action being approved. The U.S. Coast Guard C3CEN has a requirement, for the replacement of Trimble faceplate units. (3) A description of the supplies or services required to meet the agency's needs (including the estimated value). A Purchase Request will be issued for the purchase of: replacing sixty (60) Trimble SPS461 Modular GPS Heading Receiver Faceplate replacements without LED. Total estimated value: $11,000.00 (4) An identification of the statutory authority permitting other than full and open competition. This statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) implemented by FAR Subpart 6.302-1, entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." (5) Demonstration that the nature of the acquisition requires use of authority cited. This is a single source of supply. Trimble is the OEM (Original Equipment Manufacturer) of the SPS461. No other company besides Trimble can create or replace the faceplates for this specific model. The POWER LED is an integral part of the circuit board that is part of the faceplate. It is not a simple light bulb type of LED - it is integral to the circuit board. That is the circuitry that has been redesigned. The new faceplate nomenclature is ASSY FRNT ENDCAP/wKEYPAD SPSx61 USCG (Has no PWR LED) - Service Kit. (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 interested offerors that feels they can provide these items as listed may provide a quote. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer will determine the cost or price negotiated for this contracting action is fair and reasonable prior to award. (8) A description of the market research. Market research did not reveal any other repair center capable of providing replacement faceplates without the power LED. (9) Any other facts supporting the use of other than full and open competition. The estimated Cost to Design/Drawings Production Cost/Testing Cost /Engineering Cost/Form Fit Function Testing time is $750,000.00. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. No other interest has been expressed at this time. (11) Actions the agency may take to remove barriers to the competition before any subsequent acquisition for 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. 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. 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. Arthur Martin, Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC8332/listing.html)
 
Record
SN02795330-W 20120707/120705235743-cd42756f698b32383caaf5a1b5f9046a (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.