Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
SOLICITATION NOTICE

59 -- Purchase of Camera System

Notice Date
8/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying 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-PC8368
 
Archive Date
9/6/2012
 
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-PC8368. 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. The North American Industry Classification System (NAICS) is 333315. The SBA size standard in Employees is 500. Due to this Acquisition being considered to be a Sole Source, Brand Specific 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 Price Purchase Order to: DRS RSTA, Inc., for the purchase of the Watch Master Pro Camera System. Items are to be New Items and manufactured by DRS. The proposed contract action resulting from this synopsis/solicitation for commercial items 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: DRS RSTA, Inc, Cage Code 32865. 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: Aug/16/2012. 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. 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. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Company DUNS, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Aug/22/2012@7:00AM EST. Email quotes to the POC Beverly A. Turman-Dawson, Acquisition Specialist, Beverly.A.Turman-Dawson@uscg.mil. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Delivery Information by Aug/22/2012@7:00 AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. FOB Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. Anticipated Award Date for the PO Contract is Aug/22/2012, this date is approximate and not exact. Schedule B: Line Item 1: 4 EA of- Watchmaster Pro Camera System, P/N: WM-0300, WM-0300-VIS, WM-0300-THERM, & WM-0300-POSN Line Item 2: 6 EA of - Camera Control Unit, P/N WM-JC-D Line Item 3: 5 EA of - System Cable 10f, P/N: WM-CA-101 Line Item 4: 1 EA of - Shipping (If Applicable) Justification for Other Than Full and Open Competition (1) Agency and Contracting Activity United States Coast Guard Command, Control & Communications Engineering Center (C3CEN), Portsmouth, VA. (2) Nature and/or description of the action being approved The U.S. Coast Guard has a requirement to provide life cycle sustainment and support for the subsystems comprising the Flight Deck Video System installed on the 210, 270 and 378 cutter classes. The WM-0300 Watchmaster Pro (wide) Imaging System is a subsystem of the FDVS with the capabilities of day/night video surveillance and remotely controlled pan/tilt camera motion. The purchase of WM-0300 systems for mock up installations at the SMEF facility(C3CEN Portsmouth campus) and the Electronic Repair Facility(C3CEN Baltimore campus) is required to meet shipboard electronics support requirements. Mock up installation of the WM-0300 subsystem within C3CEN and ERF laboratories will give support technicians the means to test, repair and improve standardized FDVS equipment. Lab systems also provide a platform for C3CEN engineers to interface the FDVS system with command and control systems and continue the process of system development and technological expansion for future capabilities. (3) A description of the supplies or services required to meet the agency's needs. The WM-0300 Watchmaster Pro Camera System is comprised of the WM-0300-POSN Dual Side Mount Positioner & WM-0300-Therm Thermal Imaging Camera 4 EA of - WM-0300-VIS Video Camera 6 EA of - WM-JC-D Camera Control Unit 5 EA of - WM-CA-101 System Cable. Total Estimated Value: $105,000.00 (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) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The WM-0300 Watchmaster Pro (wide) Imaging Subsystem comprises part of the Prototype Flight Deck Video System installed on the 210, 270 and 378 class cutters. WM-0300 is a standard system configuration that is required to be installed as a mock up system in the C3CEN Portsmouth and ERF Baltimore laboratories for the purpose of FDVS systems support, sustainment and development. WM-0300 is in the final review phase of the system prototype process and provisions are being made for fleet wide installation of the new FDVS within the next two years. The Watchmaster Pro (wide) Imaging System is a version of DRS Technologies' Watchmaster Pro Camera line tailored specifically to meet the Coast Guard's shipboard flight deck parameters by incorporating a wide angle lens within the color and thermal cameras. The WM-0300 subsystem was selected for these platforms based on overall performance standards, enhanced imaging capabilities, product quality and rugged construction. Purchase of a different brand name at this point in the installation process would hinder standardization efforts across product lines. Continuing the standardization of WM-0300 on major cutters will decrease support costs in several ways including: (1) minimizing number of spare items and stocking cost at depot supply level needed to support the cutter fleet; (2) Greater technician familiarity w/ FDVS equipment throughout cutter fleet; (3) eliminates staff time, expense in developing platform engineering changes and the need for user retraining; (4) reduces need for documentation updates including cutter class drawing revisions. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whither 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 to Fed Biz Ops with a statement that interested parties may provide a response to the RFQ (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Price will be determined Fair and Reasonable from previous purchases of the same or similar items (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. WM-0300 system is designed specifically for Coast Guard shipboard flight deck parameters and is not available through other sources. (9) Any other facts supporting the use of other than full and open competition, such as: WM-0300 comprises part of the standardized FDVS that have been or will be installed onboard most major cutter classes outfitted with a Helo deck. The new FDVS systems installed in C3CEN laboratories must represent the exact system installed in the cutter fleet. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. DRS RSTA, Inc. (11) A statement of the action, 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) 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 David M. Sessoms Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC8368/listing.html)
 
Record
SN02845098-W 20120819/120818000306-33e97d507e167c4480551ed8fe36c8a5 (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.