Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2014 FBO #4514
SOLICITATION NOTICE

C -- Engineering Services and Maintenance Support for the Prototype Tactical Cryptologic Afloat System - RFQ Attachments

Notice Date
4/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-14-Q-RXN180
 
Archive Date
4/23/2014
 
Point of Contact
Miranda M. Collins, Phone: (202) 475-3737
 
E-Mail Address
miranda.m.collins@uscg.mil
(miranda.m.collins@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Terms and Conditions SOW CLIN i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii. Solicitation number HSCG23-14-Q-RXN181 applies and is issued as a request for quotation (RFQ). It is the intent of the U.S. Coast Guard to solicit and negotiate solely with ARGON ST Inc., for this requirement. J&A to support the sole source acquisition is attached. iii. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. iv. The North American Industry Classification System (NAICS) code is 541330 and the business size standard is $14M. It is the intent of the U.S. Coast Guard to solicit and negotiate soley with ARGON ST Inc., for this requirement. J&A to support the sole source acquisition is attached. Notwithstanding, any firm that believes it is capable of meeting USCG's requirement as stated herein may submit a capability statement, which if received within two (2) calendar days of the date of this announcement will be considered. Responses to this posting must be in writing and provide clear and convincing evidence that competition would be advantageous to the Government. A determination not to compete the proposed purchase order based upon the responses to this notice is solely within the discretion of the Government. v. See attachment 1 for the CLIN Sheet. vi. See attachment 2 for the Statement of Work vii. Place of Performance: Multiple – See SOW section 6.0 for locations Period of Performance is one month from date of award. viii. The following FAR provisions and clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at https://www.acquisition.gov/far/. Incorporated by Reference - FAR 52.212-1 Instructions to Offerors-Commercial Items (July 2013) Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and verification that the offeror can meet the specification requirements under (vi). ix. 52.212-2 Evaluation-Commercial Items (Jan 1999). (a) The evaluation and award procedures in FAR 13.106 apply. This is a best value decision and award may be made to other than the lowest priced offeror. The Government intends to award a firm-fixed purchase order resulting from this solicitation to ARGON ST., Inc, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price – Total for all contract line items (CLIN’s). Labor rates shall be fully burdened with overhead, general and administrative expense and profit. The contractor shall fill in the CLIN Sheet found in attachment 1 and return it with the quote. 2. Past Performance – The Government will query past performance databases. An offeror will receive a satisfactory rating if no negative ratings are found. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. x. Incorporated by Reference - FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2013) applies to this solicitation. If the offeror has not filled out electronic Representations and Certifications in SAM, a completed copy of this provision shall be returned with the quote. xi. Incorporated by Reference - FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2013). applies to this acquisition. xii. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2014), to include the following clauses listed at paragraph (b): 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub.L. 109-282)(31 U.S.C. 6101 note). 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). xiii. See attachment 3 for additional terms and conditions. xiv. N/A xv. Due date for submissions is April 8, 2014, 2pm ET. All quotes should be submitted via email. Due to possible email transmission problems it is the contractor's responsibility to verify receipt of quote. xvi. Point of contact for this RFQ is Miranda Collins, Contracting Officer Miranda.M.Collins@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-14-Q-RXN180/listing.html)
 
Place of Performance
Address: See SOW, United States
 
Record
SN03327055-W 20140404/140402234754-979260e09c123be734a58efadc977403 (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.