Repair of AIS Base Station Radios
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 con... 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 70Z04419QCM010. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 811213. The SBA size standard is $11M. 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. 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 L3 TECHNOLOGIES INC for the purchase of Services (IAW) the attached Statement of Work (SOW) for the Repair of AIS Base Station Radios. See attached Sole Source Justification and 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, L3 TECHNOLOGIES INC. A current System for Award Management (SAM) Data Search was conducted on Aug/26/2019 by the Contracting Officer. This Contractor is current/active in SAM and does not have any active Exclusion. This requirement is considered to be a Sole Source Acquisition. Email quotes to: JAMES.A.LASSITER@USCG.MIL The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs/training materials will be disregarded. Any Contractors that are authorized Representatives/Distributors of L3 TECHNOLOGIES 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 a Firm Fixed Price Proposal by AUG/30/2019 @ 7:00AM EST. FIRM FIXED Proposed Training Dates shall be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, any discounts offered, discount offered for prompt payment, Company DUNS and Cage Code. Anticipated Award Date for the PO Contract is SEPT/03/2019 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: The Contractor shall provide a Firm Fixed Price for the Open and Inspection Fee of the Items, then upon open and inspection of the Items, Provide a Firm Fixed price for the Repair of each of the Items. Line Item 1: 12 ea of Open and Inspection of 12 AIS Base Station Radio PN#AISM0-204-01 IAW THE ATTACHED STATEMENT OF WORK/OPEN AND INSPECTION REPORT/BARCODE LABELING AND PACKAGING SHIPPING INSTRUCTIONS. Line Item 2: 12 ea of Repair of AIS Base Station Radios PN#AISM0-204-01 IAW THE ATTACHED STATEMENT OF WORK/OPEN AND INSPECTION REPORT/BARCODE LABELING AND PACKAGING SHIPPING INSTRUCTIONS. PROVISIONS / CLAUSES • The Following FAR Provisions apply to this Solicitation: • The above/following provisions are incorporated by reference, entire provision(s) available at https://www.acquisition.gov/far FAR 52.204-7 - System for Award Management (Oct 2018) FAR 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1 - Instructions to Offerors -- Commercial Items (Oct 2018) FAR 52.212-2 - Evaluation -- Commercial Items (Oct 2014). Award will be made to the Offeror that provides the Lowest Price and Technically Acceptable Proposal/Quotation. FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Items (Oct 2018) WITH ALTERNATE I, The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. Alternate I (Oct2014). (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. The Following Clauses apply to this Solicitation and awarded Contract. The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.204-13 System for Award Management Maintenance. (Oct 2018) FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2018) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2019) 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 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26 Equal Opportunity (Sept 2016) (E.O. 11246). 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 (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). FAR 52.225-1 Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43) 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-System for Award Management (Oct 2018) (31 U.S.C. 3332). FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »