SOLICITATION NOTICE
70 -- Mobile Wearable Computer (MWC). A ruggedized modular computer system designed for dismounted Joint Terminal Attack Control operations.
- Notice Date
- 5/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Air Force Reserve Command Test Center, AATC, 1600 E. Super Sabre Drive, Bldg #10, Tucson, AZ 85706
- ZIP Code
- 85706
- Solicitation Number
- W912L2-11-T-0015
- Response Due
- 6/17/2011
- Archive Date
- 8/16/2011
- Point of Contact
- Jon Ransom, 520-295-6938
- E-Mail Address
-
Air Force Reserve Command Test Center
(jon.ransom@ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a separate written solicitation will not be issued. (II) The solicitation, number W912L2-11-T-0015 is issued as a Request for Quotation (RFQ). (III) This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (IV) This solicitation is NOT set aside for small businesses. The applicable NAICS code is 334111 and the size standard is 1000. (V) The anticipated contract will consist of two (2) line items: CLIN 0001: Two (2) each of the required MWCs; CLIN 0002 (Option): Twenty (20) each MWCs. (VI) COMMERCIAL ITEM DESCRIPTION: Mobile Wearable Computer (MWC). A ruggedized modular computer system designed for dismounted Joint Terminal Attack Control operations. This modular computer should be capable of integrating a PRC-152 radio, a body worn video down link receiver, a RT-1922 communications network radio subsystem, and a PRC-117G radio into one cohesive system with a single user interface. The system should be capable of providing power to some or all of these components. This ruggedized modular computer system should not weigh more than 3.0 pounds. It should have a sunlight viewable touch-screen that is separated from the computing module. The computing module should have weatherproof, ruggedized connections for a voice radio, a video downlink device, and a data radio. It should also have a detachable hub for RS232 and USB 2.0 connections. The system must also be capable of running Windows XP OS, FalconView, and BAO targeting applications. The entire system must be pre-installed in or compatible with MOLLE body armor carriers and be capable of accepting power from any 9-35 VDC power source. The end state of this RFI is to find a complete, off the shelf wearable computer system specifically designed for dismounted JTAC operations with features for cable and information management. (VII) FOB Destination (52.247-34, F.O.B. Destination) not to exceed (NTE) 60 days after receipt of order. (VIII) The provision at FAR 52.212-1, Instructions To Offerors -- Commercial Items applies. No addenda. (IX) The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. The Government anticipates awarding a firm-fixed price contract with option line item resulting from this RFQ 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price. No further addenda. (X) The provisions at FAR 52.212-3 and DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items, and 52.219-1 -- Small Business Program Representations (NAICS and small business size standard are provided above.), apply. These provisions are fill-in and Offerors must complete all applicable portions and submit the completed copy with their quote. (XI) The following apply: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (July 2010); DFARS 252.204-7004 Required Central Contractor Registration -- Commercial Items. No addenda. (XII) The clauses at FAR 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies. As prescribed in FAR 52.212-5(b), the following apply: 52.203-3, 52.203-6, 52.204-10, 52.219-8, 52.219-28, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 252.203-7000, 252.225-7001, 252.232-7003, 252.243-7002, 252.247-7023. (XIII) N/A (XIV) N/A (XV) N/A (XV) Quotes are due to Air National Guard and Air Force Reserve Command Test Center (AATC), Bldg 10, Contracting, AATC/DTC, 1600 E Super Sabre Dr, Tucson AZ 85706 by June 17, 2011, 12pm Mountain Standard Time (MST). Email quotes are encouraged and accepted at jon.ransom@ang.af.mil; FAX quotes will be accepted at 520-295-6913. When submitting a quote, please provide the following: tax ID number, Cage Code, and complete contact information to include e-mail address. (XVI) Point of Contact is SMSgt Jon D. Ransom, 520-295-6938, jon.ransom@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-3/W912L2-11-T-0015/listing.html)
- Place of Performance
- Address: Air National Guard and Air Force Reserve Command Test Center (AATC) AATC/DTC, 1600 E. Super Sabre Drive, Bldg #10 Tucson AZ
- Zip Code: 85706
- Zip Code: 85706
- Record
- SN02450250-W 20110519/110517234943-38093df99ac725c8ade957bc87b3b009 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |