Purchase of VHF Marine Radios
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... 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 RFQ 70Z04419QPC5092. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. 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 334220. The SBA size standard is 1250 EMP. This is a Total Small Business Set-Aside. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA 23703 intends to purchase on a competitive basis by awarding a Firm Fixed Price Purchase Order Contract to a Contractor that can provide the VHF Marine Radios as described below in the Schedule B and IAW the Specifications. All Items are to be New Items, used or refurbished items will not be considered for award. This is a Total Small Business Set-Aside OTHER THAN THAT PROVIDED: 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. 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 to the Government, price and other factors considered. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Information by JULY/18/ 2019 @ 7:00 AM EST. 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 & NAICS Code Number associated w/your Proposal. Email quotes are to be emailed to: James.A.Lassiter@uscg.mil Anticipated Award Date for the PO Contract is, JULY/19/2019 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 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. This is a Total Small Business Set-Aside Email quotes to: James.A.Lassiter@uscg.mil SCHEDULE B Line Item 1: 80 each of VHF Marine Radios, the radios are to be IAW the Specifications as listed: Cost per Each: ____________ x 80 = ______________ SPECIFICATIONS: USCG C3CEN PL-R SHORT RANGE AIDS TO NAVIGATION (SRAN) PURCHASE OF VHF RADIO FOR THE MARINE RADIO ACTIVATED SOUND SYSTEM (1SG38-MRASS) 1. Scope: This SPECIFICATIONS defines the procurement and delivery of 80 VHF Maritime Frequency Radios for the 1SG38-MRASS. 2. Background: The 1SG38-MRASS controls the operation of various SRAN devices (e.g., Sound Signals, Rotating Beacons, Lanterns, etc.). The 1SG38-MRASS requires a new VHF Maritime Frequency radio to replace the current radio, which has been discontinued. 3. MRASS (V3) Radio Specifications This specification is for the purchase of an established, tested, and proven commercial off?the?shelf (COTS) VHF Maritime Frequency Radio for use in the 1SG38-MRASS. This is not a development contract. The 1SG38-MRASS radio will be evaluated not only on the performance data submitted with the proposals to prove compliance with this specification, but also on previous customer satisfaction information and/or additional documentation submitted showing a proven track record of reliability. a. VHF Maritime Frequency Radio: A VHF transceiver or receiver with carrier detect capability that can be programmed using the current Microsoft Windows operating system. b. The Radio shall operate on 12VDC. c. The Radio shall draw no more than 115mA at 12VDC. d. The Radio shall be no larger than 5.75"Lx2.75"Wx.90"H or 5.5"Lx6.75"Wx4.25"H including mounting plate. e. Maintenance: The Radio and all of its components shall not require preventive maintenance other than periodic cleaning of external surfaces. f. Carrier Detect (CD) output: The Radio shall have a common interface to output a digital logic signal. g. Radio Programmability: The Radio must be able to be programmed by CG technician to any marine frequency as allocated by the FCC. h. The Radio Carrier Detect threshold must be adjustable by a Coast Guard technician. i. The programming software license shall be included with the quote. j. The Radio shall be sustainable for an expected life cycle of at least 10 years of support, including replacement or repairs of same model Radio. Line Item 2: Shipping Cost (if proposing FOB Origin, FOB Destination is preferred) Shipping cost: ____________________________ DELIVERY: Location: Unless otherwise directed, all Items are to shipped to USCG Base Ports Va. 23703 Delivery Time Frame: All Items are required to be delivered within 6 weeks ARO. Please state your proposed Delivery Time frame, and state if able to meet the Delivery time frame as stated above. Email quotes to: James.A.Lassiter@uscg.mil 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) 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. 52.219-6 Notice of Total Small Business Set-Aside(Nov 2011) 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 (May 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 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sept 2015) (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 52.225-13, 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) FAR 52.233-3, Protest after Award (Aug. 1996). FAR 52.225-1 Buy American-Supplies(May 2014) FAR 52.247-32 -- F.o.b. -- Origin, Freight Prepaid (Feb 2006) FAR 52.247-34 -- F.o.b. - Destination (Nov 1991) NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Provision 52.204-7, System for Award Management (Oct 2018) 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »