Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2018 FBO #5958
SOLICITATION NOTICE

R -- Purchase of DVTel Support and Training - Brand Named Justification - Statement of Work

Notice Date
3/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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
70Z04418Q18S031
 
Archive Date
5/2/2018
 
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
Statement of Work SOW Brand Named Justification Document This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 70Z04418Q18S031. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-97. This procurement will be processed in accordance with FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) is 423430. The SBA size standard is 500 Employees. This IS A TOTAL Small Business Set-Aside. The Brand Name is FLIR/DVTel. See the attached Brand Name justification. Substitute Software will NOT be considered for Award. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to Award a Firm Fixed Price Purchase Order for the Renewal of Global Direct Gold Service Support Agreement for a Base Year Plus a One Year Option Period, Install and configure Latitude 8.0 on two dell servers, 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. Note: The USCG/Government reserves the right to Award on an All or None Basis that is the USCG/Government may issue a Purchase Order to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. Any Contractors that are authorized Distributors for FLIR/DVTel Support 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 Value to the USCG/Government, price and other factors considered. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by March 23, 2018 @ 7:00 AM EST. Delivery Information is to include Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/Government. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Payment Terms, (5) discount offered for prompt payment, (6) Company DUNS and Cage Code. Email quotes are to be emailed to D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is, March 27 2018 this date is approximate and not exact. NOTE: THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. IAW FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE. INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The USCG/Government 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 reperformance of nonconforming Services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the USCG/Government 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: One each, MFR: FLIR /DVTel Description: Provide three-day on-site operator and technical training course for up to 10 engineers on latitude v8.0 software. Location: U.S. Coast Guard C3CEN 4000 Coast Guard Blvd, Portsmouth VA 23703. Projected Start Date: May 29, 2018. Note: Must begin prior to September 30, 2018. Line Item 2: One each, Travel to U.S. Coast Guard C3CEN 4000 Coast Guard Blvd, Portsmouth VA 23703. 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. See FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan. 2017). Line Item 3: One each, Install and configure Latitude 8.0 on two dell servers (one primary, one failover; Dell PowerEdge R520) running Server 2008 R2 SP1 and Latitude version 6.2 while maintaining the existing video archive and minimizing operational downtime. Install and configure latitude 8.0 on six client PCs (Dell 3620) running Microsoft Windows 10 (fresh install). Integrate twenty-five cameras using VERINT S1801E encoders and twenty-five VERINT S1801-R decoders. Configure and test failover functionality of server IAW the SOW. Located: VTS New York is located at U.S. Coast Guard Sector New York, 212 Coast Guard Drive, Staten Island, NY 10305. Projected Start Date: July 31, 2018. Note: Must begin prior to September 30, 2018. Line Item 4: One each, Provide operator and technical training for 8 personnel on how to operate, install, and configure the latitude software on the Dell primary and secondary servers and Dell 3620 IAW the SOW. Location: VTS New York is located at U.S. Coast Guard Sector New York, 212 Coast Guard Drive, Staten Island, NY 10305. Projected Start Date: August 2, 2018. Note: Must begin prior to September 30, 2018. Line Item 5: One each, Travel to U.S. Coast Guard Sector New York, 212 Coast Guard Drive, Staten Island, NY 10305. 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. See FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan. 2017). Line Item 6: One each, Install and configure Latitude 8.0 on two dell servers (one primary, one failover; Dell PowerEdge R510) running Server 2008 R2 SP1 and Latitude version 6.2. Install and configure latitude 8.0 on six client PCs (Dell 3620) running Microsoft Windows 10 (fresh install). Integrate twenty-five cameras using VERINT S1801E encoders and twenty-five VERINT S1801-R decoders. Configure and test failover functionality of server IAW the SOW. Location: VTS Houston is located at USCG Sector Houston-Galveston, 13411 Hillard St, Houston, TX 77034. Projected Start Date: August 21, 2018. TBD. Note: Must begin prior to September 30, 2018. Line Item 7: One each, Provide operator and technical training for 8 personnel on how to operate, install, and configure the latitude software on the Dell primary and secondary servers and Dell 3620 IAW the SOW. Location: VTS Houston is located at USCG Sector Houston-Galveston, 13411 Hillard St, Houston, TX 77034. Projected Start Date: August 21, 2018. Note: Must begin prior to September 30, 2018. Line Item 8: One each, Travel to USCG Sector Houston-Galveston, 13411 Hillard St, Houston, TX 77034. 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. See FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan. 2017). Line Item 9: Two Hundred and Twenty (220) each, MFR: FLIR / DVTel, Software Service Agreement renewal, SSA-GLD-1Y-RN, per camera, In accordance with (IAW) the Statement of Work (SOW). The Period of Performance (PoP) is July 01, 2018 through June 30, 2019. Line Item 10: Two Hundred and Eighteen (218) each, MFR: FLIR /DVTel, Software Service Agreement renewal, SSA-GLD-1Y-RN, per failover, IAW the SOW. The PoP is July 01, 2018 through June 30, 2019. Line Item 11: Option Year One. Two Hundred and Twenty (220) each, MFR: FLIR / DVTel, Software Service Agreement renewal, SSA-GLD-1Y-RN, per camera, In accordance with (IAW) the Statement of Work (SOW). The Period of Performance (PoP) is July 01, 2019 through June 30, 2020. Line Item 14: Option Year One. Two Hundred and Eighteen (218) each, MFR: FLIR / DVTel, Software Service Agreement renewal, SSA-GLD-1Y-RN, per failover, IAW the SOW. The PoP is July 01, 2019 through June 30, 2020. 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) 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. 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 (Nov. 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 (u) of this provision. 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). CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN. 2018) (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 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 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 (Jan. 2018) 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 52.225-13, 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) OPTIONS: 52.217-5 - Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-9 - Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months. (End of Clause) This following clause 52.232-18 applies to the Option Periods Only. FAR 52.232-18 - Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/08b065ddb441a5f98e759ca2fa9855b3)
 
Record
SN04857115-W 20180317/180315232726-08b065ddb441a5f98e759ca2fa9855b3 (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.