Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
SOLICITATION NOTICE

D -- Purchase of Service of Radio System - Sole Source Justification

Notice Date
8/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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
HSCG44-15-Q-PC4125
 
Archive Date
9/17/2015
 
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
Sole Source Justification Document 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 HSCG44-15-Q-PC4125. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-83. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 541330. The SBA size standard is $15.0 Million. 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 Small Business Set-A-Side. Substitute Service will NOT be considered for Award. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase on a non-competitive basis by Awarding a Firm Fixed Price Purchase Order to Rockwell Collins, Inc. for two Facility Service Engineers on site for 5 days evaluating current status of URG-III 4KW HF radio system and Training at USCG Communications Station (COMMSTA), Wahiawa, HI 96786, in accordance with the attached Statement of Work (SOW). NOTE: Travel expenses will not be paid as Firm Fixed Price, see addendum under Schedule B. The proposed contract action resulting from this synopsis/solicitation for commercial services 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 contractor for this proposed Sole Source contract is: Rockwell Collins, Inc., 400 Collins Rd NE; Cedar Rapids, IA, 52498-0505, Cage Code: 13499. A current System for Award Management (SAM) Data Search was conducted on August 26, 2015 by the Contracting Officer. This Contractor is current/active in SAM and does not have any active Exclusion. 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 Contractors that are authorized Distributors of Rockwell Collins, Inc. is encouraged to provide a Firm Fixed Price Quotation IRT this Solicitation. 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 Overall Value to the Government, price and other factors considered. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by September 2, 2015 @ 11:00AM 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 may 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. Email quotes are acceptable and may be emailed tot D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is September, 7, 2015, 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: Engineering Support: Provide two Facility Service Engineers (FSE) at COMMSTA HONO for 5 days evaluating current status of URG-III 4KW HF radio system, IAW attached Statement of Work (SOW) Line Item 2: Program Support: Provide informal training on the operations and maintenance of the URG-III 4KW HF radio system, IAW attached SOW. Line Item 3: Travel - Travel to U.S. Coast Guard Communication Station (COMMSTA) Honolulu. Located onboard a Naval Facility, Naval Computer and Telecommunications Area Master Station Pacific (NCTAMS PAC), Bldg 242 Wahiawa, HI 96786-3050. Costs associated with Contractor travel shall be in accordance with FAR Part 31.205-46, Travel Costs. All travel expenses shall be forwarded with each invoice to the Contractual POC for review and approval. Travel Reimbursements: All Contractor Travel and Invoicing for associated Travel shall be IAW the Joint Travel Regulations (JTR) http://www.defensetravel.dod.mil/site/travelreg.cfm. IAW JTR Ch. 2, Part B: 2105 ECONOMY CLASS ACCOMMODATIONS. It is the Governments policy that a traveler must use economy/ coach class (less that First/Business Class) accommodations unless other accommodations are authorized/approved in advance by the USCG Contracting Officer. IAW JTR Ch. 2, Part B: 4050 PER DIEM. The Per Diem rate is determined based on the Location. The Max Per Diem rates can be found for Outside the Contiguous United States (OCONUS) at: http://www.defensetravel.dod.mil/site/perdiemCalc.cfm IAW JTR Ch. 2, Part K: 2710 RECEIPT REQUIREMENTS. Receipts are required for Lodging expense, regardless of the amount, and individual expenditures of $75 or more, e.g. Airfare/Rental Car. NOTE: The Services that are to be performed for this Task will be performed by Professional Engineers, therefore IAW FAR 22.1101 The Service Contract Act of 1965 now codified at 41 U.S.C Chapter 67, does Not apply to this P.O. Contract. Also ref: FAR 22.1102 and 29 CFR 541 Definition of a Professional Employee. • The Following FAR Provisions/Clauses apply to this Solicitation: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). 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 (Mar 2015) to include Alt I (Oct 2014). An Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an Offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the Offeror shall complete only paragraphs (c) through (o) of this provision. • The Following Clauses apply to this Solicitation and awarded Contract. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2015) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) 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 System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - 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 (Jan 2014) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (May 2007) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Jul 2014) FAR 52.222-50 -- Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in certain Activities or transactions Relating to Iran - Representation and Certifications (Dec 2012) FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) (31 U.S.C. 3332) FAR 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) • The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management (Jul 2013) and FAR Provision 52.204-8, Annual Representations and Certifications (Dec 2014). In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. STATEMENT OF WORK (SOW) FOR Site Assessment and OJT at COMMSTA Honolulu concerning the low power out, and alarms on the URG-III 4KW HF transmitters. 1.0 Background: 1.1 COMMSTA Honolulu is part of a network of Coast Guard shore based radio stations that delivers HF voice communications services to assets throughout the USCG. COMMSTA Honolulu has ten URG-III 4KW HF Transmitters on-site, eight of which are faulting and transmitting at low power. 1.2 COMMSTA Honolulu contacted Rockwell Collins for OEM troubleshooting support. They provided troubleshooting support via phone and assessed that 70% of COMMSTA Honolulu's HF assets are unusable. 1.3 Currently COMMSTA Hono and the rest of the CG communication infrastructure are transitioning over to communication command (COMMCOM). Essentially all COMMSTA's will be unmanned and maintained by the ESD's. Due to this transition COMMSTA HONO has limited resources on-site. 2.0 Scope of Work: 2.1 The contractor shall perform the following tasks to improve the reliability of the existing URG-III 4KW HF transmitters at COMMSTA HONO. The contractor shall also provide informal training to the local Coast Guard technicians and provide a final report including test records and a report detailing the health of the transmitters and any suggested repairs or maintenance items. 2.1.1 Contractor shall test and perform maintenance on the URG-III 4KW HF transmitters located at COMMSTA Honolulu. 2.1.2 The contractor shall check and document any active alarms. 2.1.3 If there are any active alarms, the contractor shall work with the Coast Guard's spare parts on-site to clear alarms. 2.1.4 The contractor shall check the mechanical installation of the equipment, the individual electronic assemblies, cable connections, and check the equipment chassis for damage. 2.1.5 The contractor shall document any problems found with this equipment and attempt to correct any minor problems with parts available at the site. Major problems will be addressed in a later work statement. 2.1.6 The contractor shall provide a report on any discrepancies found and if he was able to correct them. The report shall also include recommendations for improvements to the equipment. 2.2 Provide informal training to Commsta Honolulu and ESD Honolulu technicians on the operation and maintenance of the URG-III 4KW HF Transmitters. 2.2.1 The contractor shall provide informal "over the shoulder training" on the operation and maintenance of the URG-III 4KW HF Transmitters on-site at COMMSTA Honolulu. 2.3 Documentation 2.3.1 The contractor shall provide a documentation package which includes the following as a minimum: 2.3.1.1 A copy of the completed test results. 2.3.1.2 A report describing any deficiencies found with the equipment and their resolution. The contractor shall provide recommendations for any deficiencies that he cannot correct. 2.3.1.3 A trip report describing what the contractor found during their testing and a summary of the results. 3.0 Travel 3.1 Contractor travel shall be required to support this requirement. All travel required by the Government outside the local commuting area(s) will be reimbursed to the Contractor in accordance with the Federal Travel Regulations. The Contractor shall be responsible for obtaining COTR approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 4.0 Government Furnished Items: 4.1 The USCG will provide access to the radio sites as required. This access will not include transportation to the sites which shall be provided by the contractor. 4.2 The USCG will provide a technician with knowledge of the local sites and general knowledge of the installation of the equipment. The technician will not have specific knowledge of the installed equipment. 5.0 Deliverables: 5.1 Ten URG-III 4Kw HF transmitters have been tested, received periodic maintenance, and if repairs are conducted CG on-site spare parts should be utilized. 5.2 A documentation package as described in this SOW.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f4b6a80c02da785e89cacfdcfe3a8b2)
 
Record
SN03859944-W 20150829/150828000528-5f4b6a80c02da785e89cacfdcfe3a8b2 (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.