Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

66 -- UPGRADE OF RACK-CONFIGURED AUTOMATED TEST STATION FROM RATS I TO RATS II.

Notice Date
12/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACC-APG (C4ISR)-Toby, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-12-R-0014
 
Response Due
12/20/2011
 
Archive Date
2/18/2012
 
Point of Contact
Matthew Chase, 570.615.7870
 
E-Mail Address
ACC-APG (C4ISR)-Toby
(matthew.a.chase.civ@mail.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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. NAICS Code is 334515, 500 employees size standard. The Solicitation number W25G1V-12-R-0014 is issued as a Request for Proposal (RFP). Simplified acquisition procedures FAR Part 13.5 are used. This solicitation is restricted to Sensor And Antenna Systems, Lansdale, Inc. (SAS), 305 Richardson Road, Lansdale, Pa. 19446-1495. Tobyhanna Army Depot intends to award a sole source contract to Sensor And Antenna Systems, Lansdale, Inc. under the authority of Section 4202 of the Clinger-Cohen Act of 1996 permitting Other than Full and Open Competition 10 U.S.C 2304(c) (1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A Sources Sought Notice for this requirement was posted to www.fbo.gov on October 24, 2011 for a period of 15 days under W25G1V-12-R-0004. The proposed action is for the purchase of specific test and measurement hardware components and installation required for the upgrade of one (1) Receiver Automated Test Set (RATS) from version I to version II. The RATS is a test set that was commercially developed to test and align the Navy's R-2390 and Army's R-2218 AN/APR-39(V) Radar Detector Set (RDS) Receivers. A RATS was acquired by TYAD in September 2006, however, that RATS was only capable of testing the Navy's R-2390 RDS Receiver. This RATS test set will now be upgraded for the capability to perform alignment and functional tests on the R-2218/APR-39(V) and R-2390/APR-39(V) Video Cards. Additionally RATS II has the capability to perform functional test on the R-2218 and the upgraded RATS I will be functionally equivalent to RATS II and maintain interchangeability between the two test stations at the equipment/module level. The RATS, assembled for the purpose of testing the RDS receivers, is driven by a SAS proprietary software program, that was developed specifically for testing of these receivers. SAS is the sole source for installation required for the upgrade of one (1) Receiver Automated Test Set (RATS) from version I to version II. Any firms believing they can provide the installation required to upgrade of one (1) RATS from version I to version II should contact the Contract Specialist identified below before the response date. PROPOSAL SUBMISSION: Pricing must be submitted for all line in order for pricing to be considered. The pricing shall be filled out as follows: CLIN 0001: RATS I TO RATS II UPGRADE. Modification to the existing, Government Owned, RACK-CONFIGURED AUTOMATED TEST STATION (RATS) and updated software required for the upgrade of RATS from version I to version II In Accordance With (IAW) attached Performance Work Statement (PWS). QTY: 1LOT, $. Any resultant contract shall be Firm, Fixed-Price, one award. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 PM local, December 20, 2011. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offers may be submitted via Fax at 570-615-7525, OR e-mailed, or sent via hard copy. To receive an award, the company must be registered in the Central Contractor Registration (CCR) https://www.bpn.gov/ccr/. Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 http://www.forms.gov, blocks 5, 12, 17a, 17b, 19 thru 24, 30a, and 30b; AND 30c. The offer must be signed by a company official authorized to contractually bind the company. Offerors shall include and complete the full text provision FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility matters. FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items, completely filled out as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Full text clauses maybe found at http://farsite.hill.af.mil. Supporting documentation (i.e., Past Performance and technical documentation) must be either submitted in order for your offer to be considered. See below regarding submission of technical documentation and examples of Past Performance. Completed SF1449 and other information must be faxed to 570-615-7525, sent electronically as a.pdf file or provided hard copy, by 4:00 PM local, December 20, 2011 to matthew.a.chase.civ@mail.mil. Complete delivery at Tobyhanna Army Depot (TYAD) shall be no later than 270 days from date of award. Delivery is FOB Destination, Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466. TECHNICAL, offer shall provide manufacturer's technical specifications for the proposed items and proposed delivery schedule. PAST PERFORMANCE information pertaining to three examples of sales for same or similar requirements to include customer name, phone number/email, items supplied, dollar value of contract and required/actual delivery. BASIS OF AWARD The following factors will be used for evaluation of award; Technical acceptability based on review of information submitted by offeror. Delivery. Past Performance will be rated as to relevancy and quality of product and related services. Price. Price, delivery and past performance is represented as approximately equal in importance. Offerer must is found to be responsible per FAR Part 9.1. See attachment 1 for a copy of the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Tobyhanna Army Depot (TYAD) local clauses applicable to the award. See attachment 2 for a copy of the Performance Work Statement for this task. See attachment 3 for a copy of the DD254 defining the security requirements for this task. See attachment 4 for a copy of Appendix D FOUO pertaining to the attached DD254. AMENDMENTS: Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are advised to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. ANY QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED IN WRITING TO THE CONTRACT SPECIALIST, mathew.a.chase.civ@mail.mil. THE QUESTIONS AND ANSWERS WILL BE PUBLISHED IN AN AMENDMENT TO THIS SOLICITATION. ALL ATTACHMENTS TO THIS SOLICITATION ARE LISTED BELOW UNDER ADDITIONAL DOCUMENTATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a80c004ee31a2e9b52f303d97b40b5e9)
 
Place of Performance
Address: ACC-APG (C4ISR)-Toby ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN02639700-W 20111217/111215234122-a80c004ee31a2e9b52f303d97b40b5e9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.