Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
SOLICITATION NOTICE

59 -- Purchase of Syllabic Rate Squelch Systems

Notice Date
7/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
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-PC015
 
Archive Date
8/23/2013
 
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 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 HSCG44-13-Q-PC4015. 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 Part 12 and 13. The North American Industry Classification System (NAICS) is 517919. The SBA size standard is 25M. This is Not a Small Business Set-Aside, due to this acquisition being a Sole Source Procurement it is not anticipated that there will be 2 or more qualified Small Business Concerns to provide pricing for this requirement IAW 19.502(a). 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 Contract to SHIPCOM LLC for the purchase of 20 Each of Syllabic Rate Squelch Devices. This purchase is for USCG C3CEN 4000 Coast Guard Blvd. Portsmouth, VA 23703. Note: The Coast Guard does not own nor can they obtain specifications or other technical data for these Services. Requests for drawings and specifications will be disregarded. The proposed contract action resulting from this synopsis/solicitation for commercial items 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. Any Contractors that are authorized suppliers of SHIPCOM LLC are encouraged to provide a Firm Fixed Price quote. 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: SHIPCOM LLC. Cage Code: 3DWT4. A SAMS/BINCS Contractor Verification Information search was conducted on Jul/29/2013 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) Document below. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals by Aug/8/2013 @ 7:00AM EST. 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, Delivery Information, Company DUNS and Cage Code. Email quotes to the POC Beverly A. Turman-Dawson, Acquisition Specialist, Beverly.A.Turman-Dawson@uscg.mil. The Anticipated Award Date for the Purchase Order Contract is Aug/8/2013; this date is approximate and not exact. Schedule B Line Item 1: 20 EA of - Syllabic Rate Squelch Systems (SRSS), Includes 1 Each, ShipCom: Model # SRSS-3 Eight Channel Squelch System (Includes- Power Supply and 8 Each Squelch Modules), 1 Each Model: SCPS-V3 Spare Power Supply Module, 2 Each Model: SCSM-V4 Spare Squelch Module tiny_mce_marker______________________ Line Item 2: Freight tiny_mce_marker__________________________ 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 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 Overall Best Value to the Government considering, Price, Technical Capability, and Past Performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) 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). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (August 2011). FAR 52.252-2 Clauses Incorporated by Reference (Jun 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 End of Clause 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 (JUN 2003) (E.O. 11755) 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 52.225-13 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) End of Clause The 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. End of Clause JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (1) Agency, Contracting Activity The United States Coast Guard Command, Control, & Communications Engineering Center (C3CEN), Portsmouth, VA. (2) Nature and/or description of the action being approved. This piece of equipment is needed for noise reduction in high frequency (HF) radio watchstander booths where multiple HF receivers are being monitored simultaneously. The ability to apply noise reduction via squelch circuitry on each individual HF channel is required, as is the ability for the watchstander to monitor audio activity within the device, electrical power present, and status that the device is working for each individual channel. (3) A description of the supplies or services required to meet the agencys needs (including total estimated value): 20 each of: SRSS-V3 Squelch Device Total Estimated Value: $90,000.00 (4) Statutory Authority permitting other than full and open competition. The statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Section (ii) "Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in-(AA) Substantial duplication of cost to the Government that is not expected to be recovered through competition..." is directly applicable. (5) Contractor's Unique Qualifications Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited: The US Coast Guard tasked C3CEN with developing a method for one watch-stander to affectively monitor multiple HF receivers. While researching capabilities, SHIPCOM was determined to be the only vendor that manufactured a Syllabic Rate Squelch System (SRSS). In addition, SHIPCOM's SRSS was the most acceptable means to satisfy the operational requirement and the only SRSS-like system in use by commercial communication services. Substantial additional development costs and delays would be incurred if another vendor was awarded the contract. SRSS is proprietary equipment SHIPCOM LLC is the OEM that can provide this product and these items. Conventional amplitude squelch circuits used in receivers operate on the principal that the amplitude of a received signal must exceed a pre determined threshold before the squelch circuit will un-mute the receiver allowing audio to the speaker. While this method works well for VHF and above, it is unsuitable for ‘our' use on HF. The static noise found in the HF bands causes the operator to set the ‘adjustable' squelch circuit to respond to a higher amplitude in order to eliminate the static noise. A noise compensated Syllabic Rate Squelch System (SRSS) circuit minimizes this problem by achieving a high sensitivity to voice signals while at the same time being insensitive to the type of noise typical on an HF circuit. (6) A description of efforts made to ensure that offers are solicited from a many potential sources a practicable. Requirement shall be posted on to FEDBIZOPS. The posting will include verbiage that any Offeror that feels that they can provide items that meet this requirement as stated may provide a quotation, and the Government will consider all offers. (7) A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. It is anticipated that the purchase cost for these items will be the same or less than the General Public would pay for the same items in the Commercial Market place. (8) Market Research We have performed market research via the internet, phone and meetings, and found NO other products that perform similar functions. (9) Any other facts supporting the use of full and open competition None at this time (10) A listing of sources, if any, that expressed, in writing, an interest in the acquisition. No other parties have expressed interest at this time. (11) Removing Barriers to the Competition 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. This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is determined to be fair and reasonable. James A. Lassiter Contracting Officer (13) Evidence that any supporting data is complete and accurate by the technical or requirements personnel. 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. Technical Representative CDR Steve Long
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PC015/listing.html)
 
Record
SN03133804-W 20130802/130801000614-ae4d3e23a824a989195d2caf8fb57220 (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.