The proposed contract action resulting from this synopsis/solicitation for commercial supplies 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 Sabtech Industries Inc., Cage Code: 0PSR7. A SAMS/BINCS Contractor Verification Information search was conducted on Nov/05/2014 by the Contracting Officer listed below. This is considered to be a Sole Source Acquisition. See attached Justification.
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. Items are to be NEW items. Used or Refurbished items are NOT acceptable. Any Contractors that are authorized sales Representatives of Sabtech Industries 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 Value to the Government, price and other factors considered. The Required Delivery Date is 30 Days ARO. All items are required to be shipped to USCG C3CEN, 4000 Coast Guard Blvd, Portsmouth, VA 23703.
*PLEASE NOTE*
Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by Nov/10/2014 @ 7:00AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals shall be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code.
Anticipated Award Date for the PO Contract is Nov/11/2014, this date is approximate and not exact.
PLEASE EMAIL RESPONSES TO: Beverly A. Turman-Dawson [email protected] 757-686-2104
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:
NTDS Cards/Adapters/Cable
Line Item 1: 4 Ea of - NTDS Cards, SE-02103-00-PM _________________
Line Item 2: 4 EA of - NTDS Adapters TB-12080-01 ________________
Line Item 3: 2 Ea of - NTDS Card Cable _______________
Total for Line Items 1-3 ____________________
The Following FAR Provisions apply to this Acquisition:
FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012),
FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality.
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012) to include Alt I (APR 2011). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov
FAR 52.212-4 Contract Terms and Conditions -Commercial Items (FEB 2012) with the following addendas:
FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (APR 2012),
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 Central Contractor Registration (CCR) (FEB 2012).
Contractors are located and identified in CCR by their DUNS number.
To facilitate payment via Electronic Funds Transfer - CCR, contractors
should be registered in the CCR. A DUNS Number can be obtained via
www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil
The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract.
FAR 52.222-50 Combating Trafficking in Persons (FEB 2009)
FAR 52.233-3 Protest After Award (AUG 1996)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
FAR 52.222-3 Convict Labor (June 2003)
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies
(MAR 2012) (E.O. 13126),
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246),
FAR 52.222-35 Equal Opportunity for Special Disable Veterans,
Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)
(38 U.S.C. 4212),
FAR 52.222-36 Affirmative Action for Workers with Disabilities
(OCT 2010) (29 U.S.C. 793),
FAR 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010)
(38 U.S.C. 4212),
FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving
(AUG 2011)
FAR 52.225-1 Buy American Act-Supplies (FEB 2009)
FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
(E.O.12722, 12724, 13059.13067,13121, and 13129)
FAR52.232-33 Payment by Electronic Funds Transfer-Central
Contractor Registration (OCT 2003) (31 U.S.C. 3332)
The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far;
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND
CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
SIMPLIFIED ACQUISITION PROCEDURES (SAP)
Sole Source Justification
PURCHASE REQUEST OR REQUISITION NUMBER PROJECT/TASK NUMBER ESTIMATED AMOUNT
2115445PC7001
BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED, AND THE INTENDED USE:
C3CEN requires Sabtech NTDS Cards and equipment that will be used on SEAWATCH equipment suite for SeaWatch lab development environment. The Sabtech NTDS cards are required to simulate Navy Type/Navy Owned (NTNO) sensor equipment found on Coast Guard cutters and installed the CGSAIL lab in Moorestown, NJ.
UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED:
The equipment must match what is currently installed at the CGSail lab in Moorestown, NJ The Items are required to be Brand Specific and must be Sabtech NTDS cards and adapter interfaces. Sabtech is the manufacturer and sole proprietor of these cards.
REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE WHICH CAN PROVIDE THE SUPPLIES OR SERVICES:
Sabtech is the manufacturer and sole proprietor of these cards. Market research was conducted and this support cannot be purchased through Third Party companies.
EXPLAIN WHY AN ADEQUATE PURCHASE DESCRIPTION OR OTHER INFORMATION SUITABLE TO SOLICIT BY FULL AND OPEN COMPETITION HAS NOT BEEN DEVELOPED OR ARE NOT AVAILABLE:
None at this time
PROVIDE A STATEMENT OF ACTIONS, IF ANY, THE GOVERNMENT MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE FUTURE ACQUISITIONS ARE REQUIRED:
None at this time
SIGNATURE AND TITLE OF CUSTOMER CODE TELEPHONE NUMBER DATE
Steve Koivu, Project Engineer (757) 686-4142 5 Nov 2014
SIGNATURE OF CONTRACTING OFFICER CODE TELEPHONE NUMBER DATE
James A. Lassiter (757)686-2149 5 Nov 2014