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

59 -- Purchase of Electronic 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-PC2255
 
Archive Date
9/25/2013
 
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
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 HSCG44-13-Q-PC2255. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. This procurement will be processed in accordance with FAR Parts 12, Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) is 334220. The Small Business Administration (SBA) size standard is 750 Employees. This is a Small Business Set-Aside in accordance with FAR Part 19.502-2, Total Small Business Set-Aside. The USCG Command, Control and Communications Engineering Center (C3CEN) located in Portsmouth, Virginia intend to award a Firm Fixed Price (FFP) Order Contract for the items listed under Schedule B. PLEASE NOTE: The Items are required for replacement of Generic Front-End Communications Processor (GFCP) in support of Global Command and Control Systems (GCCS). The product must be a suitable replacement for the ON-143(V) 14/USQ Generic Front End Communication Processor. 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. Any Offerors that can provide the items as requested are encouraged to provide a Firm Fixed Price Quotation in relation to this Fed-Biz-Ops RFQ 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 thirty (30) Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN, 4000 Coast Guard Blvd, Portsmouth, Virginia 23703. Interested Offeror's are to provide Firm Fixed Price Proposals in accordance with the Statement of Work by 10 September 2013 @ 7:00AM EST. Firm Fixed Price Proposals may be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Email quotes to the POC Viki Frey, Contract Specialist, Viki.Frey@uscg.mil. SCHEDULE B Line Item 1: Five (5) each of: Tactical V-14 Replacement (TVR)-1, Option 1 Option 1 Includes: Part Number: Description Vendor 6D7A00-B 4U 19" Rack Mountable Industrial Case CAL-PC C300-S-124 Rack Mount 24" Slide Rails CAL-PC Q35AX Corvalent motherboard with E8400 CPU, 4GB, Corvalent DDR2 SDRAM; Heatsink; Fan; CG Splashscreen, Mounting hardware SP1450ACAG 450W ATX Power Supply v2.2 SPI WD50000AAKX 500GB Sata HDD 7200 RPM Amazon AD-7280S-0B Sony Optiarc DVD-RW Sata Drive (black) Amazon 6606-50000-0500 CRU Dataport DX115 Sata HDD Frame Carrier Provantage INTFDDBK 3.5" 1.44 MB Floppy Disk (black) Provantage 70-00060-8 8522p 8 Port Serial PCI I/O PCI card Aurora Tech 20-00061-00 Break Out Box Aurora Tech 03-03019-00 Rack Mount Kit Aurora Tech 310-9962 1U kmm Console with Touchpad Keyboard Dell And 17 LCD, Rapid Ralls Line Item 2: 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 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 addenda's. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013) FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) 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 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) • 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-PC2255/listing.html)
 
Record
SN03169303-W 20130831/130830001303-d0a793d646e82485fb979801c7413b2c (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.