Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

67 -- Purchase of Camera Items

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443130 — Camera and Photographic Supplies Stores
 
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-PC8471
 
Archive Date
9/11/2012
 
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 Subart 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-PC8471. 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 443130 The SBA size standard in Employees is $19.0m. 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 items are to be "Named Brand" specific (See Section B). 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, 6 EA of- Aigis Mech. Pressurizable Camera Housing, w/heater, 6000 FT of Belden RG6 low smoke coaxial cable, and 13 EA Orion 15RTC monitors. 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 Contractors that are authorized Distributors are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops 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. 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/27/2012@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/27/2012@7:00AM 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. Required Delivery Date is 30 Days ARO. Anticipated Award Date for the PO Contract is Aug/27/2012, this date is approximate and not exact. Schedule B: Line Item 1: 6 EA of - Aigis Mech. HS9392-6HP camera housings, with heater Line Item 2: 6000 FT of - Belden RG6 low smoke coaxial cable Line Item 3: 13 EA of - Orion 15RTC Monitors Line Item 4: 1 EA of - Shipping (If Applicable) The Following FAR Provisions 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; 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 United States Coast Guard Command, Control & Communications Engineering Center (C3CEN), Portsmouth, VA (2) Nature and/or description of the action being approved. Procurement request submitted to purchase the Aigis Mech., HS9392-6HP camera housing, RG6 low smoke coax cable and Orion 15RTC Monitor that comprise part of the new Flight Deck Video System installed onboard medium and high endurance cutters. (3) A description of the supplies or services required to meet the agency's needs. 6 EA Aigis Mech. HS9392-6HP camera housings, with heater 6000 FT of Belden RG6 low smoke coaxial cable 13 EA Orion 15RTC Monitors Total Estimated Value: $12,000.00 (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1(c) Application for brand name descriptions. An acquisition that uses a brand name description or other purchase description to specify a particular brand name, product, or feature of a product, peculiar to one manufacturer does not provide for full and open competition regardless of the number of sources solicited. It shall be justified and approved in accordance with FAR 6.303 and 6.304. The justification should indicate that the use of such descriptions in the acquisition is essential to the Government's requirements, thereby precluding consideration of a product manufactured by another company. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The Aigis Mech. HS9392-6HP camera housing and Orion 15RTC Monitor comprise part of the standard Flight Deck Video System that has been chosen to replace the aging FDVS on all WMEC 270 class cutters. The equipment comprising the new FDVS was selected following a rigorous testing process involving performance analyses of several cameras and related components from different manufacturers. Tests were conducted in both lab and shipboard environments by comparing selected camera and video components based on cost considerations and performance requirements. The Aegis Mech. HS9392-6HP camera housing and Orion 15RTC Monitor surpassed the minimum cutter installation, performance and dimension size requirements. The Belden RG6 low smoke duo foil coaxial cable is required to meet current shipboard installation standards for the specified electronic equipment. The 270 FDVS is a standard CG video system that requires brand name specific equipment for each vessel in the 270 fleet. The purchase of other brand name specific equipment and components will compromise fleet standardization and inevitably increase installation, maintenance and repair costs. (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 on FEDBIZOPS with the statement that any Contractor that feels they can provide the items 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. The Contracting Officer will determine Price Fair and Reasonableness from the competition received from Fed Biz Ops. (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 sources that could provide individual items (9) Any other facts supporting the use of other than full and open competition, such as: The Aigis Mech. HS9392-6HP, Orion 15RTC Monitor and Belden RG6 cable comprising part of the FDVS system was approved for proto-type installation IAW Ref (a) CG SFLC (MECPL-eng) Memo 4720 dated 18 FEB 2011. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. Anixter Incorporated (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-PC8471/listing.html)
 
Record
SN02846756-W 20120822/120820235640-3a8e0b225654bfadcd61d1426870bb06 (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.