SOLICITATION NOTICE
R -- Purchase of DATA Switch Licenses and MAESTRO Licenses
- Notice Date
- 3/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- 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
- HSCG44-13-Q-PCR033
- Archive Date
- 4/4/2013
- 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 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 HSCG44-13-Q-PCR033. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-65. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 541511. The SBA size standard $25.5M. Due to this Acquisition being considered to be a Sole Source, 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. Substitutes will NOT be considered for Award. See Justification for Other than Full and Open Competition (JOTFOC) below. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA. 23703 for the purchase Investment Protection (IP), Technical Support for 24 Each Data Switch and 12 Each Maestro Licenses for the USCG C3CEN located at 4000 Coast Guard Blvd., Portsmouth, VA 23703. Note: The Government/USCG reserves the right to Award on an All or None Basis that is the Gov may issue a PO Contract to the Offeror that submits the lowest aggregate price rather than issue a PO Contract to each Offeror on the basis of the lowest Quotation on each item. The proposed contract action resulting from this synopsis/solicitation for commercial supplies is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1 & 13.106-1(b). Interested persons/parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations/proposals. However, all quotations/proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the USCG/Government. A determination by the USCG/Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the USCG/Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes for future acquisitions. The contractor for this proposed Sole Source contract is: ICAN INC. Cage Code: 3GV15. A SAMS/BINCS Contractor Verification Information search was conducted on Mar/12/2013 by the Contracting Officer listed below. This is Considered to be a Sole Source Acquisition. See attached Justification for Other Than Full and Open Competition (JOTFOC). 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. Substitutes proposed will NOT be considered for Award. Any Contractors that are authorized Distributors of ICAN Inc. is 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 Apr/1/2013. 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 Mar/20/2013 @ 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. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals shall be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Email quotes to the POC Beverly A. Turman-Dawson, Acquisition Specialist, Beverly.A.Turman-Dawson@uscg.mil. Anticipated Award Date for the PO Contract is Mar/22/2013, this date is approximate and not exact. Schedule B: Period of Performance Apr/1/2013 - Mar/31/2014 Line Item 1: 22 Ea of - DataSwitch Licenses (LSS) _________________________ Line Item 2: 10 Ea of Maestro Licenses- ___________________________ Note: Prorated Annual IP License Line Items 3 and 4 Period of Performance Nov/7/2013 - Mar/31/2014 Line Item 3: 2 Ea of - DataSwitch Licenses (LSS) _____________________ Line item 4: 2 Ea of - Maestro Licenses ______________________________ 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 agency USCG Command, Control, and Communications Engineering Center (C3CEN) located in Portsmouth VA 23703 (2) Nature and/or description of the action being approved ICAN develops, sells, and implements systems for Communication, Navigation and Surveillance for both the aviation and maritime market. The described software is required to maintain and support the commercial-off-the-shelf (COTS) software products DataSwitch and Maestro purchased beginning in 2009 for the NAIS project. This will provide annual IP pricing for twenty-two (22) DataSwitch and ten (10) Maestro licenses set to have the IP subscription expire on March 31, 2013. This will also provide prorated annual IP pricing for two (2) DataSwitch and two (2) Maestro licenses set to have the IP subscription expire on November 7, 2013. (3) A description of the Supplies or Services This requirement is for Investment Protection (IP), Technical Support, and Warranty Service for 24 DataSwitch and 12 Maestro license of the ICAN software. Of the 29 Dataswitch license, two are being prorated as well as two of the 12 Maestro license (Nov/7/2013- Mar/31/2014) in order for all to be covered under one contract which will have a common expiration date. Performance period is from 1 April 2013 thru 31 March 2014 Cost for the required software is as follows 24 EA DataSwitch License- $85,650.00 12 EA Maestro License- $10,650.00 Total Estimated Value - $126,250.00 (4) An identification of the statutory authority permitting other than full and open competition. IAW FAR 6.302-1, only one source and no other supplies 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. ICAN is the sole provider of the DataSwitch and Maestro software which was selected early in the acquisition process for the NAIS Program. Changing any portion of the current design and architecture would require additional funding for both application installation and configuration as well as manpower requirements. The software is currently installed at OSC and services 17 different coastal sites with 20 additional sites being fielded within FY13. No other source exists for DataSwitch and Maestro technical support exists. ICAN is the sole Proprietor of Software License and Technical Support. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether 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 parties that feel 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 IAW FAR 13.106-3 (8) A description of the market research conducted (part 10) and the results or a statement of the reason market research was not conducted. Market research was conducted previously during the acquisition process and ICAN DataSwitch and Maestro were selected to provide various functionalities in support of the NAIS Project. ICAN is the only source that can provide this type of software and support. (9) Any other facts supporting the use of other than full and open competition. 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 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. Michael J. Newman Sr., Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PCR033/listing.html)
- Record
- SN03011261-W 20130315/130313235126-1e73c782a6eb66bc4475fdb84851d13a (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 |