SOLICITATION NOTICE
67 -- PURCHASE OF CAMERAS
- Notice Date
- 9/12/2012
- 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-PDW169
- Archive Date
- 10/2/2012
- 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-PDW169. 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 334511. The SBA size standard in Employees is 750. This is a Total Small Business Set-Aside. The items are to be "OEM and Named Brand " specific and therefore are to be manufactured by IV&C Industrial Video and Control and the Brand Camera is PTZ. 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: 5 PTZ Outdoor Dome Camera's, 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 Contractors that are authorized Distributors of IVC 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's 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 the USCG C3CEN, 4000 Coast Guard Blvd., Portsmouth, VA 23703. FIRM FIXED Price Quotes may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Company DUNS, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Sep/17/2012@7:00AM EST. Email quotes to the Beverly A. Turman-Dawson, Acquisition Specialist beverly.a.turman-dawson@uscg.mil. *PLEASE NOTE* Any interested offerors that feels that they can provide these items as stated may provide a Firm Fixed Price Cost Quotation and Delivery Information IRT to this FedBizOps posting by Sep/17/2012 @ 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 Sep/17/2012, this date is approximate and not exact. Schedule B: Line Item 1: 5 EA of - P/N: PTZ 3130-PE, PTZ Outdoor Dome Camera- 23x zoom pan-tilt-zoom camera Line Item 2: 1 EA of - Shipping (If Applicable) PLEASE NOTE: THIS IS A TOTAL SMALL BUSINESS SET-A-SIDE. IAW FAR 52.219-6 Notice of Small Business Set-A-Side 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 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 (FEB 2012) 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 (MAY 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 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 2010) (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 (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. The U.S. Coast Guard has a requirement to purchase and provide life cycle sustainment and support for the PTZ-3010 tactical cameras installed onboard the National Security Cutters (NSC). C3CEN is requesting the purchase of five (5) PTZ-3010 cameras for the purpose of installing a mock up system in one of C3CEN's systems laboratories and the provision of shelf spares to replenish the NSC fleet when casualties occur. (3) A description of the supplies or services required to meet the agency's needs. 5 EA of PTZ-3130-PE Outdoor - Pan Tilt Zoom - IP Camera Total Estimated amount for this purchase: $25,000.00 (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. See 5.102(a)(6) for the requirement to post the brand name justification. (Brand-name or equal descriptions and other purchase descriptions that permit prospective contractors to offer products other than those specifically referenced by brand name, provide for full and open competition and do not require justifications and approvals to support their use.) (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The Brand of Camera PTZ-3010 PE Tactical Camera comprises part of the shipboard surveillance system installed on the National Security Cutters (NSC). This standardized system configuration is required to be installed as a mock up system in the C3CEN Portsmouth laboratory for the purpose of systems support, sustainment and development. Purchase of a different brand name at this point in the installation process would hinder standardization efforts within the NSC product line. Continuing the standardization of PTZ-3010-PE on NSC 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/ camera 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. This Camera is only manufactured by IVC Industrial Video and Control. (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. 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 Price Fair and Reasonableness from comparison of previous acquisitions for similar purchases. (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. PTZ-3010-PE Tactical Camera system is not available through other sources. (9) Any other facts supporting the use of other than full and open competition, such as: PTZ-3010-PE comprises part of the standardized surveillance system that is installed onboard National Security Cutters. The camera installed in the C3CEN laboratory must represent the exact standardized equipment installed on the cutters. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. IV&C Industrial Video & Control (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. I certify this procurement meets the Government's 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 Government's 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 Sessoms Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PDW169/listing.html)
- Record
- SN02880323-W 20120914/120913001945-92fb8615ea4212ccc96006ff498d9306 (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 |