SOLICITATION NOTICE
62 -- Purchase of Lighting Protection Units
- Notice Date
- 7/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment 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-PC2452
- Archive Date
- 8/14/2012
- 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
- Total Small Business
- 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-PC2452. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-59. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 334220. The SBA size standard is 750 Employees. This IS A TOTAL Small Business Set-A-Side. Due to the Coast Guard determining that these items best fit their needs, the items are to be manufactured by Andrew ONLY. Substitutes will not be considered for award. Requirement for the purchase of Lightning Protection Units and 10' FSJ4 Low PIM NM NM for the USCG C3CEN 4000 Coast Guard Blvd, Portsmouth. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. Items are to be new items. Used or Refurbished items are not acceptable. Any Offerors that can provide the items as requested are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops RFQ Solicitation. 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. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN 4000 Coast Guard Blvd, Portsmouth, VA 23703. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by Jul/26/2012 @ 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 Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Email quotes to the POC Beverly A. Turman-Dawson, Acquisition Specialist, Beverlt.A.Turman-Dawson@uscg.mil. Anticipated Award Date for the PO Contract is Jul/26/2012, this date is approximate and not exact. PLEASE NOTE: THIS IS A SMALL BUSINESS SET-A-SIDE. IAW FAR 52.219-6 Notice of Small Business Set-A-Side Schedule B: Line Item 1: 56 EA of - 10' FSJ4 Low PIM NM NM, P/N F4A-NMNM-10-P Line Item 2: 28 EA of - LPU Kit - PTP600, P/N P/N WB2907D, Line Item 3: 1 EA of - Shipping (If Applicable) Total Cost: 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) with the following addendas: 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 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) (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) 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 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 (1) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." This requirement is for the 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. The nature of the equipment is to provide lightening protection to microwave equipment. Without these items there would be a great deal of damage to equipment. 10' FSJ4 Low PIM NM NM, P/N F4A-NMNM-10-P LPU Kit - PTP600, P/N P/N WB2907D (3) A description of the supplies or services required to meet the agency's needs (including the estimated value). P/N: F4A-NMNM-10-P 10' FSJ4 Low PIM NM NM, Qty: 56 P/N WB2907D Lightning Protection Unit (LPU), Qty: 28 Total Estimated Value: $10,775.00 (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1 (2) When the supplies or services required by the agency are available from only one responsible source, or for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. While researching this equipment I found two vendors that sold these items (6) A description of efforts made to ensure that offers are solicited from a many potential sources a practicable. An 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. The Contracting Officer will determine price Fair and Reasonable based on previous acquisitions for similar purchases and 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. Market research revealed two vendors that sold these items (9) Any other facts supporting the use of other than full and open competition, such as: None at this time (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 required. (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 Jason R. Jantz Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC2452/listing.html)
- Record
- SN02813736-W 20120726/120725000326-1794cda2f561826e0a2cf114f6eb1b22 (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 |