Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
SOLICITATION NOTICE

58 -- PURCHASE OF MOTOROLA ITEMS

Notice Date
8/2/2012
 
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-PCZ377
 
Archive Date
8/24/2012
 
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 supplemented 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-PCZ377. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. 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 in Employees is 750. This IS A TOTAL Small Business Set-A-Side. The items are to be "Named Brand" specific "Motorola." Substitute proposed Brands will NOT be considered for Award. See Justification for Other Than Full and Open Competition (JOTFOC) below. This Solicitation is for the purchase of Motorola parts. Items are to be New Items. 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. Substitute proposed Brands will NOT be considered for Award. 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 quote 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 USCG C3CEN ERF, 2401 Hawkins Point Rd., Baltimore MD 21226. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Quotes with Delivery Information by Aug/9/2012 @ 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, discount offered for prompt payment, Company DUNS and Cage Code. Email quotes to the POC Krystal Goodman, Acquisition Specialist, krystal.s.goodman@uscg.mil. Anticipated Award Date for the PO Contract is August/9/2012, 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: 50 EA of - Motorola W9 Control Head "secure" button push key; P/N: 3805672X48 Line Item 2: 50 EA of - Motorola W9 Control Head "monitor" button push key, P/N: 3805672X19 Line Item 3: 15 EA of - Motorola O5 Control Head Mainboard, P/N: HLN6911 Line Item 4: 10 EA of - Motorola XTL-5000 flex ribbon assembly, P/N: HKN6191 Line Item 5: 15 EA of - Motorola KVL3000+ Key loader Battery, P/N: NTN7394CR Line Item 6: 20 EA of - Motorola Universal Encryption Module (UCM), P/N: NNTN4936A Line Item 7: 20 EA of - Motorola XTL-5000 Secure interface board, P/N: PHLN6918C 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 (JOTFOC) 1. Agency and contracting activity. The United States Coast Guard Command, Control and Communications Engineering Center (C3CEN), Portsmouth, VA. 2. Nature/description of the action being approved. The U.S. Coast Guard C3CEN Electronics Repair Facility (ERF) has a requirement, on an item specific basis, for the purchase of Motorola brand electronic repair and replacement parts to be used in centralized depot repair of U.S. Coast Guard Communications Equipment, specifically the Motorola XTL-5000 and Astro Spectra Radios. 3. Description of supplies/services. A Purchase Request will be issued for the purchase of: fifty (50) each, W9 Control Head "secure" button, PN: 3805672x48; fifty (50) each, W9 Control Head "monitor" button, PN: 3805672x19; fifteen (15) O5 Control Head Mainboard, PN: HLN6911; ten (10) XTL-5000 flex ribbon assembly, PN: HKN6191; fifteen (15) KVL3000+ Battery, PN: NTN7394CR; twenty (20) Universal Encryption Module (UCM), PN: NNTN4936A; twenty (20) XTL-5000 secure interface board, PN: PHLN6918C. All items are manufactured by Motorola Incorporated, the original equipment manufacturer (OEM). The parts requested are exact replacements to be used in the repair of the Motorola XTL-5000 and Astro Spectra Radios. The total estimated value is $24,000.00. 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 Motorola. 5. Demonstration that the nature of the acquisition requires use of authority cited. The OEM specifications for these items are proprietary commercial property. Motorola, Inc. originally manufactured the boards contained in the XTL-5000 and Astro Spectra Radios. Motorola Inc. is the only known manufacturer meeting system requirements for form, fit, function, configuration, records, and integration with the XTL-5000 and Astro Spectra Radio repair/replacement parts. Any variances would have a negative impact by impairing these radios from functioning, which would adversely impact safety and mission performance. 6. A description of efforts made to ensure that offers are solicited from a many potential sources a practicable. RFQ will be posted on FEDBIZOPS with the statement that 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. 7. A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer will determine fair and reasonable based on comparison of Coast Guard purchases for similar items. 8. Description of market research. Market research as prescribed in FAR Part 10 was conducted by the Contracting Officer's Technical Representative. The Internet was searched using part numbers and item names for a list of manufacturers/vendors that could provide XTL-5000 and Astro Spectra replacement parts. The market research showed that only Motorola Inc. replacement parts could meet the minimum technical specifications to ensure compatibility with existing electronic and mechanical circuitry and to ensure that safe operational parameters are maintained. 9. Any other facts supporting the use of other than full and open competition. The material technical specifications and supplementary data are proprietary to the OEM and cannot be provided to other manufacturers. Radio communications is a basic, however vital, requirement for conducting safe navigation, immigration and other law enforcement operations. Without Motorola specific repair/replacement parts for these radios, the Coast Guard would have to recapitalize new acquisitions for the entire Coast Guard fleet. Since this radio is used on every platform in the Coast Guard, the estimated cost for replacing every radio in the fleet while maintaining performance and technical standards is prohibitive. 10. List of sources that expressed an interest in this acquisition. No other interest has been expressed at this time. 11. Statement of actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisitions for supplies or services required. Recommend no actions be taken at this time to overcome barriers barring full and open competition. 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. Anthony Kritsings, Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PCZ377/listing.html)
 
Record
SN02825633-W 20120804/120803001353-90dc169e03f7f083f98785094bfcaa07 (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.