The RFP Database
New business relationships start here

USCG Academy Radome


Connecticut, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared using procedures set forth in FAR Part 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items) and FAR Part 13.5 (Simplified Procedures for Certain Commercial Items). Solicitation number is 70Z032-18-Q-P04H13 is issued as a Request For Quote (RFQ).

This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-96 posted on 6 November 2017. Prospective Offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor FedBizOpps website for the release of any amendments to this solicitation. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. This is a Small Business set aside. The NAICS Code is 334220 with a size standard of 1250 employees. Only one award will be made to the responsible offeror who meets the solicitation requirements. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov.


REQUIREMENT: The United States Coast Guard Surface Research and Development Center has a requirement for the following. This requirement is for the procurement and delivery of one (1) 18 foot radome for a satellite tracking antenna system. The requirements see specifications and drawings that are attached to this RFQ.


Delivery of this radome shall be delivered to the following address.


U.S. Naval Submarine Base New London
1 Crystal Lake Rd.
Groton, CT 06340


Shipping shall be quoted as a separate line item. The vendor shall provide the weights and dimensions of shipping crate(s) in the quote. See attached requirements and specifications for details.


The radome shall be covered by a one (1) year warranty, terms to be agreed upon by both vendor and contractor.
NOTE: The Government will not pay for costs incurred in the preparation and submission of this quote or other costs incurred in response to this announcement.
Acceptance and delivery shall be no later than 24 May 2018 or other date negotiated by vendor and Government..
GEOGRAPHIC RESTRICTION: N/A
QUESTIONS AND REQUEST FOR INFORMATION: Questions and requests for information will be made available upon request by email to the Contract Officer David J. Berger at david.j.berger@uscg.mil or 860-271-2872. It shall be the obligation of the Offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. Questions and requests for information are due no later than 2:00 pm Eastern Standard Time, 1 March 2018. After this date and time, further requests may not be accepted or answered due to time constraints. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. Questions and requests for information will be compiled and addressed on a Standard Form 30, Amendment of Solicitation, and will be posted via http://www.fbo.gov for viewing by all potential Offerors.
INFORMATION REQUIRED WITH QUOTE SUBMISSION:
1) Complete mailing and remittance addresses
2) Point of Contact with Telephone Number and Email address
3) Company DUNS
4) Taxpayer ID number
5) Cage Code
6) Discounts for prompt payment, if applicable
7) Attachment 1- Completed Schedule of Supplies & Delivery Schedule
8) Attachment 2- Completed Past Performance Information Form
9) Warranty Information - Terms of Manufacturer's Warranty
10) List the names of ALL Sub-Contractor's that your company intends to subcontract for the CLIN Item(s) listed in the Schedule of Supplies/Services.
11) Completed FAR 52.212-3, Offeror Representations and Certifications -Commercial Items.
12) A completed copy of the Representations and Certifications at
FAR 52.212-3 (Aug 2013), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically)
13) Acknowledgment of Solicitation Amendments, if applicable
14) If the offer is not submitted on the SF-1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration;
(15) The company must have an up to date profile in the System for Award Management.
https://www.sam.gov/portal/SAM/home#1
All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes must be submitted via email.


PROPOSAL DUE DATE:
Quotes must arrive no later than 2:00 p.m., Eastern Standard Time, on 7 March 2018. Quotes received after this date and time, will not be considered. Emailed quotes are the only will be accepted. When submitting proposals by email, please submit the electronic quote to david.j.berger@uscg.mil and cc anastasia.m.freddino@USCG.mil. All submissions shall include the solicitation number in the subject line of the email. Emailed quotes must not be greater than 10MB per email.


PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS.


ANTICIPATED AWARD DATE:
The contract is expected to be awarded on or about 30 March 2018.
CLAUSE:


1. FAR 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. The full text of FAR clauses may be accessed electronically at this address: http://www.arnet.gov/far/index.html.


FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000)


FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999)


FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2017), applies to this acquisition. ATTACHMENT 3 identifies the additional FAR clauses cited in this clause that are applicable to the acquisition.


FAR 52.217-5 Evaluation of Options (JUL 1990)
FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997)
FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003)
HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest


2. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number (DUNS Number), 5) Taxpayer ID number and 6) Pricing, and Delivery information. 7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (DEC 2012)" and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov.


3. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Technical Acceptability, Past Performance, Price. Offerors shall submit at least 2 more but no more than 4 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant.


The Government will award a purchase order 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 Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation.


4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2012) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far.


5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012)


The following addendum applies: Address for submission of invoices is


Commercial Invoices
USCG Finance Center
PO BOX 4115
Chesapeake, VA 23327-4115
(800)564-5504


6. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (November 2012)
The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:


52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
52.225-13, Restrictions 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).
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).


7. HSAR 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
3052.209-72 Organizational Conflicts of Interest
3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program


(b) Clauses.
3052.203-70 Instructions for Contractor Disclosure of Violations
3052.204-70 Security Requirements for Unclassified Information Technology Resources
3052.204-71 Contractor Employee Access __Alternate I
3052.205-70 Advertisement, Publicizing Awards, and Releases
3052.209-73 Limitation on Future Contracting
3052.215-70 Key Personnel or Facilities
3052.219-70 Small Business Subcontracting Plan Reporting
3052.228-70 Insurance
3052.242-72 Contracting Officer's Technical Representative
3052.247-72 F.O.B Destination Only


The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf


8. FAR 25.101 BUY AMERICA ACT
(a) The Buy American Act restricts the purchase of supplies that are not domestic end products. For manufactured end products, the Buy American Act uses a two-part test to define a domestic end product.


(1) The article must be manufactured in the United States; and


(2) The cost of domestic components must exceed 50 percent of the cost of all the components. In accordance with 41 U.S.C. 431, this component test of the Buy American Act has been waived for acquisitions of COTS items (see 12.505(a)).


(b) The Buy American Act applies to small business set-asides. A manufactured product of a small business concern is a U.S.-made end product, but is not a domestic end product unless it meets the component test in paragraph (a)(2) of this section.


(c) Exceptions that allow the purchase of a foreign end product are listed at 25.103. The unreasonable cost exception is implemented through the use of an evaluation factor applied to low foreign offers that are not eligible offers. The evaluation factor is not used to provide a preference for one foreign offer over another. Evaluation procedures and examples are provided in Subpart 25.5.


9. 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006)


(a) Prohibitions.


Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security.


(b) Definitions. As used in this clause:


Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears.


Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986.


Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)-


(1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership;


(2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held-


(i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or


(ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and


(3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group.


Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively.


(c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation.


(1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership:


(i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or


(ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1).


(2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan.


(3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section.


(d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership.


(e) Treatment of Certain Rights.


(1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows:


(i) warrants;


(ii) options;


(iii) contracts to acquire stock;


(iv) convertible debt instruments; and


(v) others similar interests.


(2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835.


(f) Disclosure. The offeror under this solicitation represents that [Check one]:


__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003;


__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or


__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004.


(g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal.



10. 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT
The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract.


11. CONTRACTING OFFICER'S AUTHORITY AND COMMUNICATION


(a) The Contracting Officer for this contract is:


David Berger
Contract Officer
USCG Research & Development Center
1 Chelsea Street
New London, CT 06320-5506


(b) Except as specified in paragraph (d) below, no order, statement or conduct of any Government personnel who communicates with contractor personnel during the performance of this contract shall constitute a change under the "changes" clause.


(c) The contracting officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the contracting officer's. In the event the contractor effects any change at the direction of any person other than the contracting officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof.


(d) The Government reserves the right to administratively transfer authority over this contract from the above named individuals to other contracting officers at any time.


 

his is a combined synopsis/solicitation for commercial items prepared using procedures set forth in FAR Part 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items) and FAR Part 13.5 (Simplified Procedures for Certain Commercial Items). Solicitation number is 70Z032-18-Q-P04H13 is issued as a Request For Quote (RFQ).

This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-96 posted on 6 November 2017. Prospective Offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor FedBizOpps website for the release of any amendments to this solicitation. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. This is a Small Business set aside. The NAICS Code is 334220 with a size standard of 1250 employees. Only one award will be made to the responsible offeror who meets the solicitation requirements. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov.


REQUIREMENT: The United States Coast Guard Surface Research and Development Center has a requirement for the following. This requirement is for the procurement and delivery of one (1) 18 foot radome for a satellite tracking antenna system. The requirements see specifications and drawings that are attached to this RFQ.


David J. Berger, Phone 860-271-2872, Email david.j.berger@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP