*PLEASE NOTE*
Interested Offerors are to provide Firm Fixed Prices and Delivery Information by AUG/26/2011@7:00AM EST. Delivery Information is to include the Shipping Terms the Offerer 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.
Required Delivery Date is 60 Days ARO.
Anticipated Award Date for the PO Contract is Aug/26/2011, this date is approximate and not exact.
Schedule B:
1. Quantity 32 of Cortron P/N: AC20536836-07:
- One (1) foot in length from connector end to connector end.
- Quantity two (2) USB-A connectors installed on one end, Quantity 1 (1) Dsub9 connector installed on the other end.
- Plenum rated low smoke zero halogen jacket.
2. Quantity 18 of Cortron P/N: AC20536836-03:
- Six (6) feet in length from connector end to connector end.
- Quantity two (2) USB-A connectors installed on one end, Quantity 1 (1) Dsub9 connector installed on the other end.
- Plenum rated low smoke zero halogen jacket.
3. Quantity 46 of Cortron P/N: AC20536836-02:
- Four (4) feet in length from connector end to connector end.
- Quantity two (2) USB-A connectors installed on one end, Quantity 1 (1) Dsub9 connector installed on the other end.
- Plenum rated low smoke zero halogen jacket.
4. Quantity 62 of Cortron P/N: AC20595807-048:
- Four (4) feet in length from connector end to connector end.
- Quantity one (1) USB-A connector installed on one end, Quantity 1 (1) Dsub9 connector provided for customer to install on the other end.
- Plenum rated low smoke zero halogen jacket.
PLEASE NOTE: THIS IS NOT A SMALL BUSINESS SET-A-SIDE.
The Following FAR Provisions apply to this Acquisition:
FAR 52.212-1 Instructions to Offerors
FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR
The Following FAR Clauses apply to this Acquisition:
FAR 52.212-4 Contract Terms and Conditions-Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered.
FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008),
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 2011) to include Alt I (APR 2002). 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 (JUNE 2010) with the following addendas:
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)(APR 2008). 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
FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders
Commercial Items (AUG 2011),
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 (AUG 2009)
(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 (JUN 1998)(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 2006)(38 U.S.C. 4212),
FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010)
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.
Justification for Other Than Full and Open Competition (JOTFOC).
(a) Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information:
(1) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition."
USCG Command, Control, and Communications Engineering Center, Core Technologies, Electronic Navigation (CT-N1)
(2) Nature and/or description of the action being approved.
Cortron custom length, plenum rated, dual USB to Dsub9 keyboard/trackball cables and single USB to un-terminated trackball cables with Dsub9 connector provided.
(3) A description of the supplies or services required to meet the agency's needs.
Cortron custom length cables to meet the specifications below:
Quantity 32 of Cortron P/N: AC20536836-07:
- One (1) foot in length from connector end to connector end.
- Quantity two (2) USB-A connectors installed on one end, Quantity 1 (1) Dsub9 connector installed on the other end.
- Plenum rated low smoke zero halogen jacket.
Quantity 18 of Cortron P/N: AC20536836-03:
- Six (6) feet in length from connector end to connector end.
- Quantity two (2) USB-A connectors installed on one end, Quantity 1 (1) Dsub9 connector installed on the other end.
- Plenum rated low smoke zero halogen jacket.
Quantity 46 of Cortron P/N: AC20536836-02:
- Four (4) feet in length from connector end to connector end.
- Quantity two (2) USB-A connectors installed on one end, Quantity 1 (1) Dsub9 connector installed on the other end.
- Plenum rated low smoke zero halogen jacket.
Quantity 62 of Cortron P/N: AC20595807-048:
- Four (4) feet in length from connector end to connector end.
- Quantity one (1) USB-A connector installed on one end, Quantity 1 (1) Dsub9 connector provided for customer to install on the other end.
- Plenum rated low smoke zero halogen jacket.
Estimated Value for all items: $21,000.00
(4) An identification of the statutory authority permitting other than full and open competition.
6.302-1 (2)(ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components there, of, when it is likely that award to any other source would result in a substantial duplication of cost to the Government.
6.302-1(c) Application for Brand Name
(5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited.
The Items are required to be Brand Specific; they must be manufactured by Cortron, Inc. The cables are to be used with Corton keyboards and trackballs already procured and received by the US Coast Guard. Market research revealed Corton as the only custom cable vendor to offer dual USB to single Dsub9 plenum rated low smoke zero halogen cables, and the only vendor to offer single USB to un-terminated plenum rated low smoke zero halogen cables with the single Dsub9 connector provided for the customer to install.
(6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies.
Requirement shall be posted on Fed-Biz-Ops (FBO) as Brand Specific, with a Statement that any offerors that are able to provide the Specified Brand Items may provide a Quote and all Quotes will be considered by the Government.
(7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable.
As compared to past purchases.
(8) A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted.
Market research did not reveal any other vendors that offer dual USB to single Dsub9 plenum rated low smoke zero halogen cables, or single USB to un-terminated plenum rated low smoke zero halogen cables with the single Dsub9 connector provided for the customer to install.
(9) Any other facts supporting the use of other than full and open competition, such as:
(i) Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available.
N/A
(ii) When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1(a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived.
$75,000.00 estimated; Cost to Design/Drawings Production Cost/Testing Cost /Engineering Cost/Form Fit Function Testing time.
(iii) When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government.
*******
(10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None at this time
(11) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. None at this time.
(12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief.
(b) Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel.
LT ART MARTIN JAMES A. LASSITER
Technical Contracting Officer