Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2013 FBO #4235
SOLICITATION NOTICE

R -- Establish of BPA for CF-52 Toughbook Service and Repairs - Price List - Terms and Conditions of BPA

Notice Date
6/27/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
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-PC8136
 
Archive Date
7/27/2013
 
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
Total Small Business
 
Description
Terms and Conditions of BPA Price List The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, Virginia 23703 intends to solicit and establish a Blanket Purchase Agreement (BPA) for CF-52 Panasonic Toughbooks Service/Repairs. A BPA is not a contract but is an agreement that establishes the Prices and Terms & Conditions of future orders. Please see attached Price List for required items and BPA Terms and Conditions. The proposed Price List will be incorporated into the BPA and used to calculate future orders. Only Firm-Fixed Price (FFP) offers will be considered. Offeror's will be evaluated on Price in accordance with FAR 52.212-2. The USCG/Government reserves the right to establish one, none or multiple BPAs with vendors of the most advantageous offers to the USCG/Government. Future orders will be competed amongst those vendors whom the USCG/Government establishes BPAs with. 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 HSCG44-13-Q-PC8136. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-68. This procurement will be processed in accordance with FAR Parts 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This is a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) is 811212. The SBA size standard is $25.5 Million. Please identify your business size in your response based upon this standard. Prospective Offeror's must be registered on the System for Award Management (SAM) website at www.sam.gov to be eligible. The government intends to award a Blanket Purchase Agreement (BPA) resulting from this solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these items. Requests for specifications and drawings will be disregarded. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price (FFP) Proposals with Delivery Information by 12 July 2013 @ 7:00AM EST. There are no limitations on the number of pages for your response. Firm Fixed Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Point of Contact (POC) to include name, position, telephone number and email address, (2) Cost Breakdown (including options), (3) Unit Price (including options), (4) Extended Price (including options), (5) Total Price (including options), (6) Payment Terms, (7) Discount offered for prompt payment, (8) Company DUNS and Cage Code. Please Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil. SCHEDULE B: Line Item 1: One (1) each: Service Agreement for one (1) year to provide laptop repair, logistic, and tracking services for Three-hundred Eighty-one (381) Panasonic CF-52 Toughbook laptops. Period of Performance for Line Item 1: Base Year: To begin on the Date of Award Option Period 1: One year after date of Award CF-52 Toughbook Model No. No. of Laptops CF-52AJCBDBM 123 laptops CF-52EKMBDAM 27 laptops CF-52EKNBDAM 78 laptops CF-52ELNBD2M 114 laptops CF-52GGNBX2M 39 laptops STATEMENT OF WORK (SOW): START: Base Year to begin on the Date of Award Option Period-1 to begin with exercise of Option after completion of Base Year. COMPLETE: Base Year to complete One (1) year after date of Award Option Period-1 to complete one (1) year after Exercise of Option. SHORT TITLE: Panasonic CF-52 Toughbook Repair Service 1. PLACE(S) OF PERFORMANCE: a. Contractor's Facilities 2. REFERENCES: a. U.S. Coast Guard Policy on Coast Guard Use of Internet/Worldwide Web, COMDINST 5230.56 b. NAVSHIP 250-660-42, Electric Shock - Its Causes and Prevention c. COMDTINST M10500.25, Electronics Manual 3. SPECIFICATIONS: 3.1 DHS Enterprise Architecture Compliance All solutions and services shall meet DHS and USCG Enterprise Architecture policies, standards, and procedures. Specifically, the contractor shall comply with the following Homeland Security Enterprise Architecture (HLS EA) and Coast Guard Enterprise Architecture (CGEA) requirements: • All developed solutions and requirements shall be compliant with the HLS EA. • Description information for all data assets, information exchanges and data standards, whether adopted or developed, shall be submitted to the Enterprise Data Management Office (EDMO) for review, approval and insertion into the DHS Data Reference Model and Enterprise Architecture Information Repository. • Development of data assets, information exchanges and data standards will comply with the DHS Data Management Policy MD 103-01 and all data-related artifacts will be developed and validated according to DHS data management architectural guidelines. • Applicability of Internet Protocol Version 6 (IPv6) to DHS-related components (networks, infrastructure, and applications) specific to individual acquisitions shall be in accordance with the DHS Enterprise Architecture (per OMB Memorandum M-05-22, August 2, 2005) regardless of whether the acquisition is for modification, upgrade, or replacement. All EA-related component acquisitions shall be IPv6 compliant as defined in the U.S. Government Version 6 (USGv6) Profile National Institute of Standards and Technology (NIST) Special Publication 500-267) and the corresponding declarations of conformance defined in the USGv6 Test Program. 3.2 Office of Accessible Systems & Technology (OAST) (Section 508) Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology (EIT), they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Section 508 Applicable EIT Accessibility Standards The work or acquisition has been found to have no applicable standards that need to be applied. Section 508 Compliance Requirements 36 CFR 1194.2(b) (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meets some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires authorization from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. 5. BLANKET PURCHASE AGREEMENT (BPA) MANAGEMENT DESIGNATION: 5.1 The Contracting Officer Technical Representative (COTR) for this task is CWO2 Robert Gardner who can be reached at (757) 483-8472. 6. DESCRIPTION OF WORK: 6.1 SCOPE: The purpose of this Blanket Purchase Agreement (BPA) is to provide laptop repair, logistic, and tracking services for the Panasonic CF-52 Toughbook laptop, and provide a framework to transition support from C3CEN to SFLC. 6.2 BACKGROUND: The Command, Control and Communications Engineering Center (C3CEN) are responsible for the CF-52 Laptops used in TRANSAS, ALDEBARAN, and VEGA Electronic Navigation systems. They are all an integral part onboard Coast Guard Cutters. 6.3 REQUIREMENTS: 6.3.1 Contractor shall provide prepaid shipping boxes for shipment of damaged CF-52 Toughbook Laptop to any CG location upon request. 6.3.2 Contractor shall perform the following after receiving the damaged laptop: determine if laptop is under warranty. If laptop is under warranty, repair the laptop as per warranty conditions and ship back to sender. If CF-52 laptop is not under warranty, the laptop shall be cleaned, inspected and the contractor shall generate a Firm Fixed Price repair quote. Before any repairs are initiated contact authorized Point of Contacts (POC) and email repair quote for authorization. Once authorized, a Firm Fixed Price (FFP) Purchase Order will be created to provide authorization and funding for the repair of the units. The number of units to be sent in for repair will vary. It is anticipated that multiple units will be sent for evaluation and repair at one (1) time. 6.3.2.1 EMC Eric Sczesny Eric.w.sczesny@uscg.mil (757) 686-2135 6.3.2.2 CWO2 Robert Gardner Robert.d.gardner@uscg.mil (757) 483-8472 6.3.3 Ceiling for authorization of repair shall be $2,500.00 6.3.4 Contractor shall ship repaired laptops to authorized shipping destinations as specified by the POC. Authorized shipping destinations are, but not limited to: 6.3.4.1 Surface Forces Logistic Center 2401 Hawkins Pont Rd. Baltimore, MD 21226-5000 6.3.4.2 Command, Control and Communication Engineering Center 4000 Coast Guard Blvd Portsmouth, VA 23703 Attn: CWO Robert Gardner 6.3.5 Contractor shall provide access to "asset management online service" for individualized tracking of failures, and repairs, by serial and model number. 6.3.6 Contractor shall Not-To-Exceed (NTE) the total repair and shipping cost of $90,000.00 7. GOVERNMENT FURNISHED INFORMATION (GFI): No GFI is required for the execution of this Blanket Purchase Agreement (BPA). 8. GOVERNMENT FURNISHED MATERIAL (GFM): The government will provide Panasonic CF-52 laptops for repairs. 9. GOVERNMENT FURNISHED EQUIPMENT (GFE): No GFE is required for the execution of this Blanket Purchase Agreement (BPA). 10. CONTRACTOR FURNISHED EQUIPMENT (CFE): No CFE is required for the execution of this Blanket Purchase Agreement (BPA). 11. CONTRACTOR FURNISHED MATERIAL (CFM): No CFM is required for the execution of this Blanket Purchase Agreement (BPA). 12. TRAVEL REQUIREMENTS: The Contractor will not be required to travel in support of this Blanket Purchase Agreement (BPA). 13. TRANSPORTATION OF EQUIPMENT/MATERIAL: Shipping boxes with prepaid shipping labels and required signature upon reaching destination. 14. DATA DELIVERABLES: 14.1 Itemized invoice and repair quote for each laptop repair emailed to authorized POC. 14.2 Quality assurance test data for each repaired certified laptop taped to each laptop. 14.3 Require access to "asset management online service" for individualized tracking of failures, and repairs, by serial and model number. 15. SUB-CONTRACTING REQUIREMENTS: Sub-contracting is not anticipated and not authorized without express prior permission of the KO. 16. ACCEPTANCE PLAN: All work to be performed and all material and data to be submitted under this Blanket Purchase Agreement (BPA) will be inspected and accepted by the designated Government Representative. 17. OTHER CONDITIONS/REQUIREMENTS: There are no other considerations. 18. LIST OF ATTACHMENTS: No attachments. *PLEASE NOTE* Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil. PROVISIONS / CLAUSES • The Following FAR Clauses and 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, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 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 (Jun 2013) with the following addenda's. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013) FAR 52.217-5 -- Evaluation of Options (Jul 1990) - Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) FAR 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed thirty-six (36) months. (End of Clause) FAR 52.219-6 -- Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The USCG/Government is not bound nor required to exercise any options of this Blanket Purchase Agreement (BPA) Contract. 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 (Dec 2012). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. • The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (Mar 2007) FAR 52.222-35 -- Equal Opportunity for Veterans (Sep 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 Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-50 -- Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 -- Buy American Act - Supplies (Feb 2009) FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) FAR 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) • 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 (a) Prospective contractors shall complete electronic annual representations and certifications at ORCA accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. *PLEASE NOTE* Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PC8136/listing.html)
 
Record
SN03101793-W 20130629/130628000146-b988f60cc74db1aed43626286afb1694 (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.