Purchase of DVTEL Software Support
MODIFICATION: The quantities listed in the SOW are changed as follows for Section6.1.2, under n Total Camera Direct Gold Supported is chnaged to 232 each under o Total Camera Direct Gold Failover Chan... MODIFICATION: The quantities listed in the SOW are changed as follows for Section6.1.2, under n Total Camera Direct Gold Supported is chnaged to 232 each under o Total Camera Direct Gold Failover Channels Supported is changed to 226 each. 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 70Z04419QPC2127. 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 423430. The SBA size standard is 250 Employees. This IS A TOTAL Small Business Set-Aside. The Required Brand Name is FLIR/DVTel. See the attached Brand Name justification. Substitute Software Brands 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 Contract for the purchase of a Software Service Agreement. See Schedule B below. The Following Documents are attached and are applicable to this RFQ and to Awarded Purchase Order Contract: Statement of Work SOW C3CEN Industrial Security Addendum ISA Brand Specific Justification Document This is a Total Small Business Set-Aside 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. See Evaluation of Proposals below. Any Contractors that are Certified providers of FLIR DVTEL Software Services IAW the attached Statement of Work and other Applicable Documents , are encouraged to provide a Firm Fixed Price IRT this Solicitation. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Information by JUNE/06/2019 @ 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, JUNE/07/2019 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 Software Service to be provided IAW attached SOW and other Applicable Attached Documents. Line Item 1: 1 each of Integrated Network Video System 3.0 Software License Service to Start Date : JULY/01/2019 End Date: JUNE/30/2020 Price: _____________________________ 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). See Evaluation of Quotations below 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 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.204-13 System for Award Management Maintenance. (Oct 2018) 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 52.212-4 -- 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 (Jan 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 (Oct 2016) (E.O. 13126). 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 (Mar 2015) (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 (Jul 2013) (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 52.247-32 -- 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 (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. Evaluation of Quotations EVALUATION CRITERIA: INVS Development, Training, and License Renewal (PR 2119449PC2127) The Government will conduct a tradeoff process to determine the vendor whose quote represents the best value to the Government. In doing so, the Government may award to other than the lowest priced proposal or other than the highest technically rated proposal. However, the technical evaluation factors, when combined, are significantly more important than price. The evaluation factors are listed below in descending order of importance; proposals will be reviewed according to these evaluation factors and ranked according to their best value to the government. Order of Importance: 1. Technical Capability/Approach: (includes Knowledge and understanding of the SOW and Feasibility and soundness of the proposal) 2. Labor and Skill Level of Parties Performing the Work 3. Past Performance / Experience: (includes Relevancy and Recency (within the past 5 years)) 4. Price/Cost
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »