SOLICITATION NOTICE
R -- Purchase of ROCKWELL COLLINS SUPPORT AND SERVICES - STATEMENT OF WORK - SOLE SOURCE JUSTIFICSTION
- Notice Date
- 9/13/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- 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
- HSCG44-17-Q-PC4081
- Archive Date
- 10/17/2017
- 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 STATEMENT OF WORK SOW 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 HSCG44-17-Q-PC4081. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-95. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 511210. The SBA size standard is $38.5 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 Software 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 Annual Subscription for HF Remote Control Software, HF Cellular Software, Phone Patch Software, Install, Integration, Testing, Training, and Travel in accordance with (IAW) the attached Statement of Work (SOW). NOTE: Travel expenses will not be paid as Firm Fixed Price. See Schedule B below. 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 September 13, 2017 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 21, 2017 @ 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 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 to D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is September 26 2017, 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: 02 each, Subscription for HF Remote Control Software, Part Number 810-0277-008. IAW the attached SOW. The Period of Performance is from date of Award ending on March 31, 2018. Line Item 2: 01 each, Subscription for HF Cellular Software, Part Number 810-0280-006. IAW the attached SOW. The Period of Performance is from date of Award ending on March 31, 2018. Line Item 3: 01 each, Subscription for Phone Patch Software, Part Number 810-0313-004. IAW the attached SOW. The Period of Performance is from date of Award ending on March 31, 2018. Line Item 4: 01 job, Install, integration, testing and training IAW the attached SOW. Line Item 5: Travel for One Person from Cedar Rapids, IA to Kodiak, AK, IAW attached SOW. Travel includes estimated Airfare, Lodging, Per Diem, and Car Rental. NOTE: Travel and Per Diem Expenses are NOT-TO-EXCEED amounts as shown on contractors quote. Travel expenses will not be paid as Firm Fixed Price. Costs associated with Contractor travel shall be in accordance with FAR Part 31.205-46, Travel Costs. TRAVEL POLICY AND REIMBURSEMENT: All Contractor Travel and Invoicing for associated Travel shall be In Accordance with (IAW) the Joint Travel Regulations (JTR) http://www.defensetravel.dod.mil/site/travelreg.cfm. IAW JTR Ch 1: 010301 RECEIPT REQUIREMENTS. Itemized receipts are required for Lodging expense, regardless of the amount, and individual expenditures of $75 or more, e.g. Airfare/Rental Car. IAW JTR Ch.2: 0203 PER DIEM. The Per Diem rate is determined based on the Location. The Max Per Diem rates can be found for Contiguous United States at: GSA Per Diem Rates: https://www.gsa.gov/portal/content/104877 Per Diem rates Query: https://www.defensetravel.dod.mil/site/perdiemCalc.cfm IAW JTR Ch. 2: 020206 TRANSPORTATION TYPES MOST ADVANTAGEOUS TO THE GOVERNMENT. It is the Governments policy that a traveler must use economy or coach class (less that First/Business Class) accommodations on airplane, train, or ship unless other accommodations are authorized/approved in advance by the USCG Contracting Officer. IAW JTR Ch. 2: 020209 Rental Vehicles. Email quotes to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil PROVISIONS / CLAUSES The Following FAR Provisions/Clauses apply to this Solicitation: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan. 2017) 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 (Jan. 2017) 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.sam.gov/portal. 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 (r) of this provision. The following Clauses apply to this Solicitation and awarded Contract. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Jan. 2017) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan. 2017). As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN. 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Oct. 2016) (Pub.L. 109-282)(31 U.S.C. 6101 note). FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct. 2015) (31 U.S.C. 6101 note). FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Oct. 2016) FAR 52.222-21 -- Prohibition of Segregated Facilities (Apr. 2015) FAR 52.222-26 -- Equal Opportunity (Sept. 2016) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 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 52.225-1 -- Buy American Act - Supplies (May 2014) FAR 52.225-13, Restriction 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). FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) (31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far FAR 52.247-32 -- F.o.b. -- Origin, Freight Prepaid (Feb 2006) FAR 52.247-34 -- F.o.b. - Destination (Nov 1991)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7493eb8a6fd0b2ec5d18472cdd50975d)
- Record
- SN04675909-W 20170915/170913232407-7493eb8a6fd0b2ec5d18472cdd50975d (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 |