Federal Bid

Last Updated on 10 Nov 2019 at 8 PM
Combined Synopsis/Solicitation
Baltimore Maryland

L3 A6 TRANSPONDER

Solicitation ID 70Z04019Q55073B00
Posted Date 09 Aug 2019 at 1 PM
Archive Date 31 Aug 2019 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Baltimore Maryland United states 21222
NOTICE FOR FILING AGENCY PROTESTS
United States Coast Guard Ombudsman Program

It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO).

Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman.

Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).

Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth
in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted electronically to [email protected] and the Contracting Officer or by hand delivery to the Contracting Officer.

Election of Forum. After an interested party protests a Coast Guard procurement to the
Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed.

The Ombudsman Hotline telephone number is 202.372.3695.

Alternative Point of Contact:
Drena S. Vining, Contracting Officer
U.S. Coast Guard
Surface Forces Logistics Center
2401 Hawkins Point Road
Baltimore, MD 21226
410-762-6359
[email protected]

 

 

 

United States Coast Guard
Combined Synopsis/Solicitation
# 70Z04019Q55073B00
The U.S. Coast Guard Surface Forces Logistics Center intends on awarding a one-time purchase with Firm Fixed-Price contract line items for the acquisition of AIS A6 Transponders provided by L3 Technologies and currently in use on USCG Small Boats including, but not limited to the 26' Over the Horizon (OTH-IV), Long Range Interceptor (LRI-II) and Response Boat (RB-S). It is the Government's intention to solicit and negotiate solely with the manufacturer, L3 Technologies under North American Industry Classification System (NAICS) code 334511. Offerors interested in providing a response should submit one to the POC of this notice by electronic mail.

All items listed are parts manufactured by L3 Technologies, the OEM. Only OEM parts shall be used. Items submitted under this solicitation which are other than OEM parts will rejected as unacceptable.

Attachments

Attachment 1 - Schedule of Supplies/Services (Fill-In)
Attachment 2 - Sole Source Justification (redacted), approved 08/02/2019

(1) Action Code - 70Z04019Q55073B00
(2) Date - 9 August
(3) Year - 2019
(4) Contracting Office Zip Code - 21226
(5) Classification Code - 5825, Radio Navigation Equipment, Except Airborne
(6) Contracting Office Address - 2401 Hawkins Point Road, Baltimore, MD 21226-5000
(7) Subject - L3 Technologies OEM AIS A6 Transponders
(8) Proposed Solicitation Number - 70Z04019Q55073B00
(9) Closing Response Date - August 16, 2019
(10) Contact Point or Contracting Officer - Andrew Kropkowski
(11) Contract Award and Solicitation Number. - 70Z04019D55073B00
(12) Contract Award Dollar Amount - To be determined
(13) Contract Line Item Number - See Attachment 1 (Schedule of Supplies/Services)
(14) Contract Award Date - To be determined
(15) Contractor - To be determined
(16) Description - L3 Technologies OEM AIS A6 Transponders
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number is 70Z04019Q55073B00; this solicitation is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular (FAC) 2019-01, dated 22 January, 2019.

(iv) The NAICS Code associated with the acquisition is 334511. The small business size standard is 1,250 employees.

(v) Contract Line Item is as follows:

Attachment 1 - Schedule of Supplies/Services

Insert unit prices in all items listed in the Schedule. All Contract Line Items are firm-fixed price.

(vi) The United States Coast Guard (USCG) has a need for OEM AIS A6 Transponders that conform to the form, fit and function of the navigation systems currently in use on USCG Small Boats including, but not limited to the 26' Over the Horizon (OTH-IV), Long Range Interceptor (LRI-II) and Response Boat (RB-S). This solicitation will establish a requirements type contract with firm-fixed-price contract line items, utilizing simplified acquisition procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.5.

(a) The Contractor shall furnish to the Government all supplies or services specified in the Schedule in accordance with this solicitation and attached specifications.

(b) Failure to read the specifications in their entirety will not relieve the quoter from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the quoter's risk.

(c) All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS number and be registered with System for Award Management (SAM) www.acquisition.gov and shall provide the company Tax Information Number (TIN) with their offer.

(vii) The USCG requires all scheduled items to be delivered within one (1) calendar year from date of contract issuance. The period of performance for the one-time purchase contract shall be one year (52 weeks) from date of award. All shipping shall be included within the firm-fixed-price of the repair. The shipping point for all scheduled items is F.O.B. destination. FOB Destination Inspection and Acceptance. All scheduled items are typically sent to the following address:

United States Coast Guard, Surface Forces Logistics Center
Warehouse Building 88
2401 Hawkins Point Road
Baltimore, MD 21226

However, the Contracting Officer may request direct delivery to a cutter or Coast Guard station. Direct delivery locations may be throughout the United States. Direct delivery cost should be included in your firm-fixed-price remanufacture cost.

EACH ITEM MUST BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONING MATERIALS, DUNNAGE, BLOCKING AND BRACING SHALL BE APPLIED AS REQUIRED TO PROTECT THE ITEMS AND THE ENCLOSED MEDIA AND RESTRICT THE MOVEMENT OF THE ITEM WITHIN THE CONTAINER.

MARKINGS: IAW MIL-STD-129R, AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial (OCT 2018) applies to this acquisition.

(ix) The provision at 52.212-2 Evaluation-Commercial Items (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1. Price
Offeror's price shall represent the best price in response to the Request for Quotation (RFQ). The price shall be evaluated to determine fairness and reasonableness. Offerors are required to provide prices for all items/CLINs. All prices on CLINS (page 3) shall be a firm-fixed price and shall indicate FOB Destination as referenced in FAR 52.247-34 (NOV 1991). The total of all CLINS shall be added together to arrive at an aggregate total.
1.1 Price Reasonableness
Price analysis techniques may be used to further validate price reasonableness. If adequate price competition is not obtained or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information will be required to support the proposed price. Unrealistically low proposed prices, initially or subsequently, may be grounds for eliminating a quote from competition either on the basis that the Offeror does not understand the requirements or that the Offeror has submitted an unrealistic quote.
2. Technical
In order for an offer to be determined technically acceptable, offerors must complete the below certification and submit documentation verifying that they are able to provide the required parts.
"I HEREBY CERTIFY ON BEHALF OF _________________________________ (Insert offeror name), THAT ALL PARTS PROVIDED UNDER THIS CONTRACT SHALL BE NEW GENUINE OEM PARTS."
_________________________________________
NAME OF AUTHORIZED CORPORATE OFFICER
_________________________________________
TITLE
_________________________________________
DATE
Failure to comply with this certification, and submit the required supporting documentation with your original quote may render your quote unacceptable and your quote may be rejected.

Offerors are required to submit verification in the form of a letter from the authorized distributor; or any other written confirmation fully demonstrating that they have the capability of procuring the required OEM parts.

3. Past Performance
The Government will review the Offeror's Past Performance record of performance in the Federal Awardee Performance and Integrity Information System (FAPIIS) system for those projects that are similar in nature, size and complexity as this requirement, performed or completed within the past five years. An offeror that has only positive ratings or does not have any projects that are similar in nature, size or complexity to the current requirement identified in the FAPIIS system, will be rated as acceptable for award.
Award shall be made to the lowest priced technically acceptable offeror. The Government will evaluate the lowest-priced proposal first for technical acceptability and acceptable past performance. If found to be acceptable, evaluations will stop and award will be made to that offeror. If found to be unacceptable in either technical or past performance, the Government will move to the next-lowest-priced proposal and repeat the evaluation. This process will be followed until award is made.


(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

(x) Offerors shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Vendor must have a valid DUNS number, be registered with the System for Award Management (SAM) and shall provide the DUNS and Tax Identification Number (TIN) with their quote. Please be aware failure to provide a completed copy may result in elimination of quote due to nonconformance.

(xi) FAR Clause at 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2018) applies to this acquisition.

(xii) FAR Clause at 52.212-5 Contract Term and Conditions Required to Implement Statues or Executive Orders - Commercial Items (MAY 2019) applies to this acquisition. The following FAR Clauses are applicable to this acquisition:

FAR 52.203-6 Restrictions on Subcontractors Sales to the Government (OCT 1995)
Alternative I (OCT 1995)
FAR 52.203-13 Contractor Code of Business Ethics and Conduct (OCT 2015)
FAR 52.204-10 Reporting Executive Compensation First -Tier (OCT 2015)
Subcontract Awards
FAR 52.209-6 Protecting the Government's Interest When (OCT 2015)
Subcontracting with Contractors Debarred, Suspended
Or Proposed for Debarment
FAR 52.219-8 Utilization of Small Business Concerns (OCT 2014)
FAR 52.219-9 Small Business Subcontracting Plan (JAN 2017)
FAR 52.219-14 Limitations on Subcontracting (NOV 2011)
FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013)
FAR 52.222-3 Convict Labor (JUN 2013)
FAR 52.222-19 Child Labor - Cooperation with Authorities and (JAN 2016)
Remedies
FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26 Equal Opportunity (APR 2015)
FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015)
FAR 52.222-36 Equal opportunity for Workers with Disabilities (JUL 2014)
FAR 52.222-37 Employment Reports on Veterans (OCT 2015)
FAR 52.222-40 Notification of Employee Rights Under the National (DEC 2010)
Labor Relations Act
FAR 52.222-50 Combating Trafficking in Persons (MAR 2015)
FAR 52.223-18 Encouraging Contractor Policies to Ban Text (AUG 2011)
Messaging While Driving
FAR 52.225-1 Buy American - Supplies (MAY 2014)
FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.232-33 Payment by Electronic Funds Transfer - System for (JUL 2013)
Award Management

(xiii) The below contract requirements have been determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices and Federal, DHS, and Coast Guard Regulations.

(End of clause)

FAR 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 thirty (30) days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (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 five (5) years.
(End of clause)


(1) METHOD OF PAYMENT AND INVOICING INSTRUCTIONS
Invoices shall be submitted to the USCG Finance Center http://www.fincen.uscg.mil/electron cg.htm and, with courtesy copy via email to [email protected] signed by the COR.

All information set forth in FAR Clause 52.212-4, Contract Terms and Conditions - Commercial must be included on the invoice for it to constitute a proper invoice. An original invoice shall be submitted to the following designated payment office:
U.S. Coast Guard YARD
P. O. Box 4122
Chesapeake, VA 23327-4122
Contract No: *To be furnished at time of award.
Task Order No: *To be furnished with each individual task order.

Electronically at [email protected]
Via the Internet at the following URL: https://www.fincen.uscg.mil/secure/web_invoices_cgyard.htm
Via fax to 757-523-6904

All invoices must be marked with the applicable Contract Number and Delivery Order Number. In addition, invoices must be submitted to the correct payment office to ensure prompt payment. Failure to submit directly to this office will delay prompt payment of your invoice.

In addition, one (1) information copy of your invoice shall be submitted to the following office at the time the original invoice is submitted:

U.S. Coast Guard
Surface Forces Logistics Center
2401 Hawkins Point Road
CPD-3/Small Boat Product Line
Baltimore, MD 21226-5000
Attn: Andrew Kropkowski
(410) 762-6117
Contract No.*To be furnished at time of award.
Task Order No: *To be furnished at time of award

Electronically at [email protected]

(D) To facilitate processing, all proper invoices and any supporting information submitted electronically using the FINCEN web based invoice submission capability must be submitted as a single Adobe .pdf formatted file, or as otherwise specified in the contract.

(E) Supporting documentation along with a courtesy copy of the invoice may also be e-mailed to the Contract Specialist and/or COR at the addresses cited below:
[email protected], Contract Specialist
Assigned at the time of Contract Award, COR

(F) In accordance with the Prompt Payment Act, for the purposes of determining a payment due date and the date on which interest will begin to accrue if a payment is late, a proper invoice shall be deemed to have been received:

(1) On the later of:

(i) For invoices that are mailed or transmitted via facsimile, the date a proper invoice is actually received by the designated billing office and annotates the invoice with date of receipt at the time of receipt.

(ii) For invoices electronically transmitted by the contractor via web based submission, the date a transmission is received by the designated billing office, and receipt confirmation is provided to the designated recipient; or

(ii) The seventh day after the date on which the property is actually delivered or performance of the services is actually completed; unless-

a) The agency has actually accepted the property or services before the seventh day in which case the acceptance date shall substitute for the seventh day after the delivery date; or

b) A longer acceptance period is specified in the contract, in which case the date of actual acceptance or the date on which such longer acceptance period ends shall substitute for the seventh day after the delivery date;

(2) On the date placed on the invoice by the contractor, when the agency fails to annotate the invoice with date of receipt of the invoice at the time of receipt (such invoice must be a proper invoice); or

(3) On the date of delivery, when the contract specifies that the delivery ticket may serve as an invoice.

(4) Web based submission by the contractor and receipt confirmation does not reflect Government review or acceptance of the invoice.

(5) Payment inquiries and status may be obtained - at the following website:
https://www.fincen.uscg.mil/secure/payment.htm

RESPONSIBLE OFFICIAL(S) WHO CAN RECEIVE NOTIFICATION OF AN IMPROPER INVOICE AND ANSWER QUESTIONS REGARDING THE INVOICE.

For use in the event your firm receives a contract as a result of this solicitation, designate below the responsible official(s) who can receive notification of an improper invoice and answer questions regarding the invoice.


NAME: ____________________________________
TITLE: ____________________________________
ADDRESS: ____________________________________
____________________________________
PHONE: ____________________________________
EMAIL: ____________________________________


CONTRACTOR PERFORMANCE EVALUATION

(a) GENERAL: The U.S. Coast Guard Surface Forces Logistic Center (SFLC) will monitor and
evaluate the successful offerors past performance of this contract and prepare a Contractor Performance Assessment Report (CPAR) in accordance with FAR Part 42.1502. All information contained in this assessment may be used, within the limitations of FAR 42.1502, by the government for future source selections and in accordance with FAR 15.304, when past performance is an evaluation factor for award.

(b) NOTIFICATION: Upon completion of the contract, the contractor will be notified of the assessment. The contractor will be allowed 60 days to respond to the SFLC's assessment of its performance entered into CPARS. The contractor's response, if any, will be made part of the CPAR system.
(c) INFORMATION: Information included in the CPAR may include, but is not limited to, the contractor's record of conforming to contract requirements and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the contractor's adherence to contract schedules, including the administrative aspects of performance; the contractor's history of reasonable and cooperative behavior and commitment to customer satisfaction; the contractor's record of integrity and business ethics, and generally, the contractor's business-like concern for the interest of the customer.
(d) RELEASE OF DATA: CPARS information is considered business sensitive and will not be released except: (1) to other Federal procurement activities which request it; (2) when SFLC must release pursuant to a Freedom of Information Act (FOIA) request; or (3) when prior written consent is requested and obtained from the contractor


Below are additional provisions and clauses required by the FAR, CGAP, or Department of Homeland Security necessary for this acquisition:
52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
www.acquisition.gov
(End of provision)
DHS POLICY FOR COMPETITIVE ACQUISITIONS
It is DHS policy that pricing for competitive negotiations should be based on adequate price competition. However, in the event only one responsible Offeror is obtained as a result of this solicitation, that Offeror may be required to submit Data Other than Certified Cost or Pricing Data (FAR 52.215-20 ALT IV) to support price negotiations.

52.252-2 Clauses Incorporated by Reference. (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
www.acquisition.gov
(End of clause)


Clauses and provisions incorporated by reference:

FAR 52.202-1 Definitions (NOV 2013)
FAR 52.203-3 Gratuities (APR 1984)
FAR 52.203-5 Covenant Against Contingent Fees (MAY 2014)
FAR 52.203-7 Anti-Kickback Procedures (MAY 2014)
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement
to Inform Employees of Whistleblower Rights (APR 2014)
FAR 52.204-7 System for Award Management Number (JUL 2013)
FAR 52.204-13 System for Award Management Maintenance (JUL 2013)
FAR 52.204-18 Commercial & Government Entity Code (JUL 2015)
FAR 52.204-19 Incorporation by Reference of Representations and
Certifications (DEC 2014)
FAR 52.204-22 Alternative Line Item Proposal (JAN 2017)
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-
Representation (NOV 2015)
FAR 52.209-6 Protecting the Government's Interest when Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility
Matters (JUL 2013)
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
FAR 52.211-15 Defense Priority and Allocation Requirements (APR 2008) DO N2 Rating
FAR 52.215-5 Facsimile Proposal (Oct 1997)
FAR 52.217-8 Option to Extend Services (NOV 1999)
FAR 52.219-14 Limitations on Subcontracting (NOV 2011)
FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999)
FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997)
Alternate I (JUL 1995)
FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Related to Iran-
Certification (OCT 2015)
FAR 52.228-5 Insurance - Work on a Government Installation (JAN1997)
FAR 52.232-1 Payments (APR 1984)
FAR 52.232-8 Discounts for Prompt Payment (FEB 2002)
FAR 52.232-11 Extras
FAR 52.232-18 Availability of Funds (1984)
FAR 52.232-40 Providing Accelerated Payments to Small Business
Subcontractors (DEC 2013)
FAR 52.242-2 Production Progress Reports (APR 1991)
FAR 52.245-1 Government Property (APR 2012)
FAR 52.245-9 Use and Charges (APR 2012)
FAR 52.246-2 Inspection of Supplies - Fixed Price (AUG 1996)
FAR 52.246-15 Certificate of Conformance (APR 1984)
FAR 52.246-16 Responsibility for Supplies (APR 1984)
FAR 52.247-34 F.O.B. Destination (NOV 1991)
HSAR 3052.211-70 Index for Specifications (DEC 2003)
HSAR 3052.217-90 Delivery and Shifting of Vessel (DEC 2003)
HSAR 3052.217-91 Performance (DEC 2003)
HSAR 3052.217-92 Inspection and Manner of Doing Work (DEC 2003)
HSAR 3052.217-93 Subcontracts (DEC 2003)
HSAR 3052.217-94 Lay Days (DEC 2003)
HSAR 3052.217-95 Liability and Insurance (DEC 2003)
HSAR 3052.217-96 Title (DEC 2003)
HSAR 3052.217-97 Discharge of liens (DEC 2003)
HSAR 3052.217-98 Delays (DEC 2003)
HSAR 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (DEC 2003)
HSAR 3052.217-100 Guarantee (JUN 2006)
HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003)
HSAR 3052.222-71 Strikes or Picketing Affecting Access to a DHS Facility (DEC 2003)
HSAR 3052.223-90 Accident and Fire Reporting (DEC 2003)
HSAR 3052.242-71 Dissemination of Contract Information (DEC 2003)
HSAR 3052.242-72 Contracting Officer's Technical Representative (DEC 2003)
HSAR 3052.245-70 Government Property Reports (JUN 2006)


HSAR 3052.209-79 Representation by Corporations regarding a Felony Criminal Violation under any Federal or State Law or Unpaid Federal Tax Liability (Feb 2014) (DHS FAR Class Deviation 14-02)

(a) In accordance with sections 561 and 562 of Division F, Title V of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract with any corporation that:

(1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agency, and made a determination that this further action is not necessary to protect the interests of the Government.

(2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) The Offeror represents that: [Offeror please mark]

(1) It is [ ] is not [ ] a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months.

(2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.

(c) If the Offeror represents in (b) above that it is a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, or that it is a corporation that has unpaid Federal tax liability that has been assessed, the offeror shall provide
all information related to the felony or tax liability within 3 business days of the Government's request.
(End of provision)

HSAR 3052.212-70 Contract Terms and Conditions applicable to DHS Acquisition of Commercial Items (Sep 2012)

The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference:
(a) Provisions.
3052.205-70 Advertisement, Publicizing Awards, and Releases.
3052.242-72 Contracting Officer's Technical Representative.
3052.247-72 F.o.B. Destination Only.
(End of clause)

(xiv) The Defense Priorities and Allocations System doesn't apply to this procurement.

(xv) Offerors shall submit quotes as follows -

E-Mail Submissions: Vendors are cautioned that e-mail is not instantaneous. USCG recommends that you submit your quotation prior to the closing date, allowing enough time to ensure the entire quotation is received on time to be considered for award. Due to Government exchange size limitations, we cannot receive individual e-mails that exceed 10MB, including the e-mail itself plus all attachments. If your electronic quotation, including all attachments, is larger than 10MB, you shall segment your quotation into a series of two (2) or more separate e-mails that individually are no larger than 10MB. The Government cannot receive e-mails if they contain compressed attachments (i.e. WINZip).

REQUIRED DOCUMENTS:

Each Offeror shall furnish the information required by the solicitation, which includes:

Section 1: Price Quote (Please fill-in Pricing);
Section 2: Signed Certificate (page 2) and OEM Verification
Section 3: Any issued amendments to the solicitation.

ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about, August 31, 2019.

(xvi) Any Contractor's Requests for Clarifications/Questions shall be answered via amendment to the solicitation and shall be received no later than August 16, 2019 at 11:00 a.m. Eastern Standard Time. Offerors may contact Andrew Kropkowski at (410) 762-6117 or [email protected] for information regarding this solicitation.

Attachments

Attachment 1 - Schedule of Supplies/Services (Fill-In)
Attachment 2 - Sole Source Justification (redacted), approved 08/02/2019

Bid Protests Not Available

Similar Past Bids

Point Texas 11 Jun 2019 at 7 PM
Hurlburt field Florida 09 Aug 2021 at 6 PM
Hurlburt field Florida 16 Aug 2021 at 5 PM
Hurlburt field Florida 24 Aug 2021 at 6 PM
Hurlburt field Florida 12 Aug 2021 at 6 PM

Similar Opportunities

Fort lee Virginia 25 Oct 2026 at 4 AM (estimated)
Irvine California 30 Dec 2030 at 8 PM
Irvine California 30 Dec 2030 at 8 PM
Curtis bay Maryland 14 Jul 2025 at 6 PM