Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2013 FBO #4298
SOLICITATION NOTICE

58 -- Purchase of Motorola Radio Items

Notice Date
8/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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
HSCG44-13-Q-PCZ842
 
Archive Date
9/26/2013
 
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-PCZ842. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. This procurement will be processed in accordance with FAR Parts 12 and 13. The North American Industry Classification System (NAICS) is 334220. The SBA size standard is 750 employees. Due to this Acquisition being considered to be a Sole Source Procurement it is not anticipated that the Contracting Officer will receive two (2) or more Offers from qualified Small Business Concerns; therefore in accordance with FAR 19.502-2(a), This IS NOT A Small Business Set-A-Side. Any Offeror's that are authorized Motorola Distributors are encouraged to provide a Firm Fixed Price Quotation in relation to this Fed-Biz-Ops Solicitation. 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 Delivery Order Contract to: Motorola Solutions for the items listed in the Schedule B. The proposed contract action resulting from this synopsis/solicitation for commercial items is the Government's intention to solicit and negotiate with only one source under the authority of FAR 6.302.1 and 13.106-1(b). Interested persons/parties may indentify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within five (5) days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes. Any Offeror's that are authorized Motorola Distributors are encouraged to provide a Firm Fixed Price Quotation in regards to this Fed-Biz-Ops Solicitation. The contractor for this proposed Sole Source contract is: Motorola Solutions, 7031 Columbia Gateway Drive, Columbia, MD 21046; Cage Code 78205. A current System for Award Management (SAM) Data Search and Business Identification Number Cross Reference System (BINCS) Search was conducted on this Contractor by the Contracting Officer. This Contractor is current/active in SAM and does not have any active Exclusions. Data Search date: 29 August 2013. This is a Sole Source Procurement. See attached JOTFOC Document below. 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 USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Delivery Order (DO) to the Offeror that submits the lowest aggregate price rather than issue a Delivery Order to each Offeror on the basis of the lowest Quotation on each item. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by 11 September 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. FIRM FIXED Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Payment Terms and discount offered for prompt payment. Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil. SCHEDULE B: *All Items Listed Below are for the Motorola XTS5000 Radio* Line Item 1: Twenty (20) each of: Volume Control Knob XTS5000; Part Number: 3605371Z02 Line Item 2: Four (4) packs of: Volume Knob Insert Retainer XTS5000 (5/pk); Part Number: 4305372Z01 Line Item 3: Twenty (20) each of: Seal Control, Rubber Seal for XTS5000 Volume Knob, Part Number: a3205379W01 Line Item 4: Twenty (20) each of: Lever Secure Knob, CTRL, Part Number: 4505375Z02 Line Item 5: Twenty (20) each of: Insert Retainer Frequency, Part Number: 4305373Z02 Line Item 6: Twenty (20) each of: ESC Freq Escutcheon, Frequency Dial, Part Number: 1305374Z03 Line Item 7: Twenty (20) each of: Control Seal, Part Number: 3205354Z04 Line Item 8: Five (5) each of: Bracket Speaker, Part Number: 4285400D01 Line Item 9: Twenty (20) each of: Pad Display Locator, Part Number: 7585189D01 Line Item 10: Five (5) each of: BD RF VHF XTS5000, Part Number: PNLD8910N Line Item 11: Twenty (20) each of: Gasket O-Ring Bushing, Part Number: 3205082E96 Line Item 12: Twenty (20) each of: Main Seal, Part Number: 3205349Z03 Line Item 13: Six (6) each of: XTS5000 DES-XL, DES-OFB, AES256, Part Number: NNTN8334A Line Item 14: Six (6) each of: Bravo/Mako Vocon, Part Number: PNNTN5567D Line Item 15: Twenty (20) each of: Nut Hex, Part Number: 0286165A03 Line Item 16: Five (5) packs of: Seal Base Plate (50/pk), Part Number: 3216463H01 Line Item 17: Two (2) each of: Connector and Cable Cosmo, Part Number: 0180304E16 Line Item 18: Five (5) each of: HSG ASSY, FIN, RUGG, Black, M2, Part Number: 1585468D44 Line Item 19: One (1) each of: Shipping (if applicable) Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil. PROVISIONS / CLAUSES • The Following FAR Provisions and Clauses 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, 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 FebBizOps 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 addenda's. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013) 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 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law For Breach Of Contract Claim (OCT 2004) 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 Purchases (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) • 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. JUSTIFICATION FOR OTHER THEN FULL AND OPEN COMPETITION 1. Agency and contracting activity: The Department of Homeland Security, U.S. Coast Guard Command, Control and Communications Engineering Center (C3CEN). 2. Nature/description of the action being approved: The U.S. Coast Guard C3CEN Electronics Repair Facility (ERF) has a requirement, on a sole source basis, for the purchase of electronic repair and replacement parts to be used in centralized depot repair of U.S. Coast Guard Communications Equipment, specifically the Motorola XTS-5000 Radio. 3. Description of supplies/services: A Purchase Request will be issued for the purchase of: Twenty (20) volume knob XTS5000, P/N 3605371Z02; four (4) insert retainer vol knob, P/N 4305372Z01; twenty (20) seal control, P/N 3205379W01; twenty (20) lever secure knob, cntl, P/N 4505375Z02; twenty (20) insert retainer frequency, P/N 4305373Z02; twenty (20) esc freq, P/N 1305374Z03; twenty (20) control seal, P/N 3205354Z04; five (5) brkt spkr, P/N 4285400D01; twenty (20) pad display locator, P/N 7585189D01; five (5) BD RF VHF XTS5000, P/N PNLD8910N; twenty (20) gskt o-ring bushing, P/N 3205082E96; twenty (20) main seal, P/N 3205349Z03; six (6) XTS5000 DES-Xl, DES-OFB, AES256, P/N NNTN8334A; six (6) bravo/mako vocon, P/N PNNTN5567D; twenty (20) nut hex, P/N 0286165A03; five (5) seal base plate, P/N 3216463H01; two (2) connector and cable cosmo, P/N 3216463H01; five (5) hsg assy, finished, rug, blk, m2, P/N 1585468D44; manufactured by Motorola Incorporated, the original equipment manufacturer (OEM). 4. Identification of the justification and the rationale: Only brand-specific Motorola parts will satisfy the requirements of this purchase. 5. Demonstration that the nature of the acquisition requires use of authority cited: The OEM specifications for the XTS-5000 radios are proprietary commercial property. The Coast Guard did not purchase this information when Motorola XTS-5000 radios were originally purchased. Adequate item information, documentation, and specifications are not available to develop an appropriate purchase description for full and open competition. Motorola Inc. is the only known manufacturer meeting system requirements for form, fit, function, configuration, records, and integration with the XTL-5000 Radio repair/replacement parts. Any variances would have a negative impact by potentially impairing these radios from properly functioning, which would adversely impact safety and mission performance. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable: In accordance with FAR Subpart 5.2, in an effort to solicit as many potential sources as practical, a sources sought synopsis will be posted on FEDBIZOPS. 7. Determination by the Contracting Officer that the anticipated cost to the government will be fair and reasonable: The Contracting Officer will determine fair and reasonableness based on competition on FEDBIZOPS. 8. Description of Market Research: Market research as prescribed in FAR Part 10 was conducted by the Contracting Officer's Technical Representative. The Internet was searched using part numbers and item names for a list of manufacturers/vendors that could provide XTS-5000 replacement parts. The market research showed that only Motorola Inc. replacement parts could meet the minimum technical specifications to ensure compatibility with existing electronic and mechanical circuitry and to ensure that safe operational parameters are maintained. 9. Any other facts supporting the use of other than full and open competition: The material technical specifications and supplementary data are proprietary to the OEM and cannot be provided to other manufacturers, which eliminates any opportunities for full and open competition. Radio communications is a basic, however vital, requirement for conducting safe navigation, immigration and other law enforcement operations. Without Motorola specific repair/replacement parts for these radios, the Coast Guard will need to send them for third party repair at a sizeable recurring yearly cost. 10. Listing of sources, if any, that expressed, in writing, an interest in the acquisition: No sources expressed an interest in this solicitation. 11. Statement of actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisitions for supplies or services required: Recommend no actions be taken at this time to overcome barriers barring full and open competition. 12. Contracting Officer's Certification: I certify that this requirement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is accurate and complete to the best of my knowledge. James Lassiter Contracting Officer 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-PCZ842/listing.html)
 
Record
SN03168105-W 20130831/130829235908-0291778314ee8a7e13e8d8d742179ee3 (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.