SOLICITATION NOTICE
U -- Purchas eof Operation and Maintenance Training for RT-9000 Radio Series
- Notice Date
- 9/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG44-14-Q-PC6090
- Archive Date
- 10/1/2014
- 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 HSCG44-14-Q-PC6090. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 611430. The SBA size standard is $7M. Due to this Acquisition being considered to be a Sole Source, Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a) This IS NOT A TOTAL Small Business Set-A-Side. The Operation & Maintenance Training for the RT-9000 Radio Series shall be conducted by the OEM Sunair Electronics. See Sole Source Justification below. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA intends to purchase Operation & Maintenance Training for the RT-9000 Radio Series IAW the attached Statement of Work for the USCG C3CEN located at 4000 Coast Guard Blvd. Portsmouth, VA 23703. The proposed contract action resulting from this synopsis/solicitation for commercial supplies 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 and proposals received will be considered by the USCG/Government. 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 12338. A SAMS/BINCS Contractor Verification Information search was conducted on Sep/8/2014 by the Contracting Officer listed below. This is considered to be a Sole Source Acquisition. See attached Justification. 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 Offeror that is an authorized Trainer of Sunair Electronics Inc. is encouraged to provide a Firm Fixed Price Quotation IRT this Solicitation. Email quotes to James.a.lassiter@uscg.mil and beverly.a.turman-dawson@uscg.mil The USCG/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 30 Days ARO. All items are required to be shipped to USCG C3CEN, 4000 Coast Guard Blvd, Portsmouth, VA 23703. *PLEASE NOTE* Interested Offeror's are to provide a Firm Fixed Price Proposal with Travel IAW JFTR by Sep/16/2014 @ 7:00AM EST. 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, Company DUNS and Cage Code. Anticipated Award Date for the PO Contract is Sep/17/2014, this date is approximate and not exact. INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming Services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. Schedule B: Line Item 1: 1 Ea of - Four (4) days of Operation & Maintenance training for up to six (6) members IAW the attached Statement of Work. _____________ Line Item 2: 1 Ea of - Travel _____________ Line Items 1-2: Total Cost: ______________________ The Following FAR 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, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 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 addendas: FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (APR 2012), 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 (CCR) (FEB 2012). 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 The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. 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 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (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 (OCT 2010) (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 2010) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) 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) 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 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. SIMPLIFIED ACQUISITION PROCEDURES (SAP) Sole Source Justification PURCHASE REQUEST OR REQUISITION NUMBER PROJECT/TASK NUMBER ESTIMATED AMOUNT 21-14-444PC6090 BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED, AND THE INTENDED USE: Sunair Electronics shall provide onsite training and a system groom to be conducted in C3CEN's Radio Communications lab facility. Four days of training will be provided to six technicians from C3CEN's System Support group, System Development Group, and engineering repair facility (ERF) Baltimore. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: Sunair is the original equipment manufacturer (OEM) of the RT-9000 radio series. They are the premier provider of technical services and training of the RT-9000 radios, market research has proven there are no alternative resources for training and onsite groom. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE WHICH CAN PROVIDE THE SUPPLIES OR SERVICES: The RT-9000 hardware is manufactured and supported by Sunair electronics Corporation and they are the only known contractor that can provide this support. Market research was conducted and this support cannot be purchased through Third Party companies. EXPLAIN WHY AN ADEQUATE PURCHASE DESCRIPTION OR OTHER INFORMATION SUITABLE TO SOLICIT BY FULL AND OPEN COMPETITION HAS NOT BEEN DEVELOPED OR ARE NOT AVAILABLE: None at this time PROVIDE A STATEMENT OF ACTIONS, IF ANY, THE GOVERNMENT MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE FUTURE ACQUISITIONS ARE REQUIRED: None at this time SIGNATURE AND TITLE OF CUSTOMER CODE TELEPHONE NUMBER DATE Travis J. Wood 05SEP2014 SIGNATURE OF CONTRACTING OFFICER CODE TELEPHONE NUMBER DATE James A. Lassiter 05 Sep2014 STATEMENT OF WORK START: Upon Award COMPLETE: October 2, 2014 SHORT TITLE: Sunair Electronics RT-9000 High Frequency Radio Communication System OEM Training and Equipment Groom 1. PLACE AND DATE OF PERFORMANCE : USCGC C3CEN 4000 Coast Guard BLVD Portsmouth VA 23703 Date: The week of 22 September 2014 or alternate date TBD by C3CEN Project Manager, as agreed upon by Sunair Electronics but commencing prior to October 01, 2014. 2. REFERENCES: a. Industrial Security Manual for Safeguarding Classified Information - DOD 5220.22M 3. SPECIFICATIONS: N/A 4. SECURITY REQUIREMENTS: All personnel requiring access to classified spaces on Coast Guard units shall require a current security clearance with a minimum level of SECRET. The contractor shall submit a request for authorization in accordance with DOD 5220.22M (Industrial Security Manual for Safeguarding Classified Information) no later than one (1) week before each unit visit. Requests shall be forwarded via the individuals listed below for certification of need-to-know by the specified COTR/ACOTR. DD-245 of reference (a) applies. C3CEN maintains a list of Personnel Security Clearances. A "Visit Request/Coordination" message will be issued by the Project Manager. Contractor personnel not on the C3CEN list will need to be added. The Contractor's Facility Security Officer (FSO) shall contact Mr. DeShayes at (757) 638-2718 to have names added. The FSO will be responsible to provide the clearance information to the unit being visited for those names not currently on the C3CEN list. All Contractor personnel requiring routine access to a Coast Guard Computer Information System or requiring Public Key Infrastructure (PKI) authentication to perform their required duties under this task shall require a Common Access Card (CAC). Contractor employees working on-site at Government facilities shall wear a valid Contractor's identification card. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government-issued badge in plain view above the waist at all times. 5. KEY POINTS OF CONTACT: 5.1 Sunair Electronics Representative: Sunair Electronic Director of Business Development: Mr. Sartaj Narang 3131 SW 42nd Street Fort Lauderdale FL 33312 Phone: (954) 623-3131 Fax: (954) 610-5610 mailto:sartaj.narang@sunairelectronics.com Sunair Electronics Business Operations Supervisor: Ms. Marjan Towfighi 3131 SW 42nd Street Fort Lauderdale FL 33312 Phone: (954) 400-5159 Fax: (954) 583-7337 mailto:marjan.towfighi@sunairelectronics.com 5.2 US COAST GUARD COMMAND, CONTROL AND COMMUNICATIONS CENTER (C3CEN) REPRESENTATIVES: USCG Contracting Officer: Mr. James Lassiter USCG C3CEN, 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone number (757) 686-2149 mailto:james.a.lassiter@uscg.mil USCG Project Manager/COR: Mr. Travis Wood USCG C3CEN, CT-R1, 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: (757) 686-6793 Travis.j.wood@uscg.mil 6. DESCRIPTION OF WORK: 6.1 RT-9000 System Equipment Groom/Validation: C3CEN lab contains an RT-9000 mockup which contains two complete RT-9000 systems. One day will be used to conduct an equipment groom, alignment, and validation to verify the system and ensure it is properly installed. Equipment to be groomed is 3 RT-9000 transceivers, 1 LPA-9600, 1 CU-9150, 1 CU 9125, 2 F-9800s, 1 RCU-9310. Additionally 1 RT-9000 and 1 LPA-9600 are available for troubleshooting purposes at the end of the training as they are both OOC. 6.2 RT-9000 Equipment Training: 6.2.1 Conduct four days equipment maintenance and operations training on installed RT-9000 equipment located in C3CEN's RF COMMS Lab. Appropriate test equipment to be supplied or arranged for by Sunair Electronics, Inc, some equipment is available on site. The training shall include but is not limited to the below topics. A lesson plan outline outlining the training curriculum and student training handouts containing the core curriculum are to be provided by the contractor for each attendee. The course will provide hands-on practical instruction for system operation, and trouble-shooting the RT-9000 Series equipment. The maintenance training will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level with emphasis on the use of the built in test equipment (BITE). The course syllabus for the proposed operator/maintenance training is as outlined in the below sections. 6.2.2 RT-9000B HF/SSB Transceiver with ALE The training shall include introduction to RT-9000B including theory of operation, RT-9000B capabilities and characteristics, demonstrate set up, and operation of the RT-9000B. Students will perform hands-on operation of RT-9000B. Signal flow and circuitry of the RT-9000B (in and outs of LRUs needed to determine the faulty module). a. Introduction to RT-9000B. b. RT-9000B capabilities and characteristics. c. Demonstrate set up, and operation of the RT-9000B. d. Students perform hands-on operation of RT-9000B. e. Theory of operation of the RT-9000B. f. Signal flow and circuitry of the RT-9000B. g. Advanced Operations h. Receiver Scanning i. Automatic Link Establishment (ALE) Programming j. Automatic Link Establishment (ALE) Operation k. Sounding l. All Call m. Break Link Common n. Demonstration of BITE troubleshooting. o. Demonstration of troubleshooting, isolating the problem to the LRU. p. Demonstration of removal and replacement of LRU's. q. Demonstration of field alignments of the RT-9000B. 6.2.3 HF Radio RCU-9310 Family The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation, and trouble-shooting the RCU-9310 Series equipment using the Built-in Test Equipment (BITE).The training will enable installation, operation, and maintenance. The maintenance training will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level with emphasis on the use of the equipment built in test equipment (BITE). The training shall include: a. Introduction to RCU-9310. b. RCU-9310 capabilities and characteristics. c. Demonstrate set up, and operation of the RCU-9310. d. Students perform hands-on operation of RCU-9310. e. Theory of operation of the RCU-9310. f. Signal flow and circuitry of the RCU-9310. g. Advanced Operations h. Receiver Scanning i. Automatic Link Establishment (ALE) Programming j. Automatic Link Establishment (ALE) Operation k. Sounding l. All Call m. Break Link Common n. Demonstration of BITE troubleshooting. o. Demonstration of troubleshooting, isolating the problem to the LRU. p. Demonstration of removal and replacement of LRU's. q. Demonstration of field alignments of the RCU-9310. 6.2.4 CU-9125 and CU-9150 Couplers The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation, and trouble-shooting the CU-9125/9150 Antenna Couplers. The maintenance training will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level. The training shall include: a. Introduction to CU-9125/9150. b. Operation: Antenna Coupler Tuning c. Theory of Operation - General d. Antenna Tuning Network e. Detector/Pad Assembly f. Computer Board Assembly g. RF Assembly - Theory of Operation h. Mother Board i. Maintenance and Troubleshooting Overview j. Demonstration of troubleshooting, isolating the problem to the LRU. k. Preventative Maintenance l. Cover Removal and Inspection m. Performance Tests n. Computer Board Alignment Procedure o. Coupler Test p. Alignment for Detector/Relay Pad q. Installation and Mounting r. Antennas and Ground Systems. s. Checks after Installation 6.2.5 LPA-9600 1KW Amplifiers The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation and trouble-shooting the LPA-9600 1KW Amplifier. The training will enable installation, operation, and maintenance training which will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level. The training shall include: a. Introduction to LPA-9600. b. LPA-9600 capabilities and characteristics. c. Demonstrate set up, and operation of the LPA-9600. d. Students perform hands-on operation of LPA-9600 e. Theory of operation of the LPA-9600 f. Signal flow and circuitry of the LPA-9600. g. Advanced Operations h. Demonstration of BITE troubleshooting. i. Demonstration of troubleshooting, isolating the problem to the LRU. j. Demonstration of removal and replacement of LRU's. k. Demonstration of field alignments of the LPA-9600 6.2.6 F-9800 Pre/Post Selector The operator/maintenance training will include the equipment maintenance and operation. The course will provide hands-on practical instruction for system operation, and trouble-shooting the F-9800 1KW Amplifier. The training will enable installation, operation, and maintenance training which will be to the module/printed circuit board (PCB), lowest repairable unit (LRU) level. The training shall include: a. Introduction to F-9800. b. F-9800 capabilities and characteristics. c. Demonstrate set up, and operation of the F-9800. d. Students perform hands-on operation of F-9800. e. Theory of operation of the F-9800. f. Signal flow and circuitry of the F-9800. g. Advanced Operations h. Demonstration of BITE troubleshooting. i. Demonstration of troubleshooting, isolating the problem to the LRU. j. Demonstration of removal and replacement of LRU's. k. Demonstration of field alignments of the F-9800 l. Practical application with expert electronics technicians/engineers in test lab. 7. GOVERNMENT-FURNISHED INFORMATION: N/A 8. GOVERNMENT-FURNISHED MATERIAL: Students are provided with a CD Containing the manuals of the products they are training on, and a Completion Certificate 9. GOVERNMENT-FURNISHED EQUIPMENT: TMR-90 V(2) (modified) equipment suite. System remains Property of C3CEN. 10. CONTRACTOR-FURNISHED EQUIPMENT: Sunair Electronics, Inc. shall provide test equipment needed for equipment groom that is not available on site. Sunair shall provide a lesson plan outline containing an outline of each days learning objectives and training topics. Sunair shall provide handouts which contain the training subject matter and allow members to follow along during instruction. 11. CONTRACTOR-FURNISHED MATERIAL: N/A 12. TRAVEL REQUIREMENTS: 12.1 Travel will be required and will be reimbursed in accordance with the JFTR. The total dollar amount for travel and subsistence/per diem shall not exceed the negotiated Not-To-Exceed amount identified on the Order. For the purposes of clarification, this order will require travel to places of performance identified in paragraph 1. 13. TRANSPORTATION OF EQUIPMENT/MATERIAL: N/A 14. DATA DELIVERABLES: 15. SUBCONTRACTING REQUIREMENTS: N/A 16. ACCEPTANCE: All work performed, all materials and all data provided under this order will be made available for inspection of compliance with requirements of this order and be reviewed as accomplished by the designated remote site personnel with final acceptance by the COR. 17. OTHER CONDITIONS/REQUIREMENTS: N/A 18. LIST OF ATTACHMENTS: N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/88e64acf844b2a69f6df8aad3a47adf1)
- Record
- SN03503151-W 20140911/140910000935-88e64acf844b2a69f6df8aad3a47adf1 (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 |