SOLICITATION NOTICE
59 -- Close Air Support Ground System Combat Vests
- Notice Date
- 12/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 188 FW/MSC, 4850 LEIGH AVENUE, MAP, FORT SMITH, Arkansas, 72903-6096, United States
- ZIP Code
- 72903-6096
- Solicitation Number
- F6Q1101276A001
- Archive Date
- 1/3/2012
- Point of Contact
- Rachael Parker, Phone: 4795735280
- E-Mail Address
-
rachael.parker@ang.af.mil
(rachael.parker@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation, number F6Q1101276A001 is issued as a Request for Quotation (RFQ). This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This solicitation is set aside for small businesses. The applicable NAICS code is 334111 and the size standard is 1000 employees. The anticipated contract will consist of three (3) line items: CLIN 0001: Two (2) each of the Close Air Support Ground System Combat Vests (see Commercial Item Description) CLIN 0002: Two (2) each of the radios, AN/PRC-152(V)2(C) CLIN 0003: Two (2) each of the video receivers, ISR MVR-IV or Equivalent Please state what is included in the standard warranty for all pieces of this system. In addition, please state if higher level warranties are available, what they entail, and the costs associated with those warranties. In the event that this office determines to purchase a higher level warranty, that warranty will be included as a separate CLIN in the contract. COMMERCIAL ITEM DESCRIPTION: Ruggedized computer data link and communications bundle, to be worn as a combat vest. The plate carrier is expected to have cable management features to minimize snag hazards. System must meet the following specifications: * Must be wearable system vs. a laptop computer * Able to be used with the gloved hand * Solution must be foot mobile for dismounted operations * Must be able to funnel all equipment control and information to a single display * Required cabling must include: connect to AC power, DC vehicle power, 5590 battery, MVR IV, PR/ANC-152 radio, RT-1922, USB, PLRF, GPS and DAGR Solution will power and control the AN/PRC-152 * Ruggedized system (MIL-STD-819G) * Sunlight readable touch screen display measuring at least 5 ". * The system should have an integrated GPS receiver and be compatible with Digital Magnetic Compass (DMC) and Night Vision Goggles (NVG) * The system should not require special accessories, support items and tools not normally carried into field conditions * The system must be capable of interfacing with COTS compliant hardware and software interfaces * The system shall be Net-Ready to support secure local area personal networks * The system should keep electronic emissions below the standard described in MIL-STD 461F RE102 * Integrates current / common radios and ISR devices * Integrates peripheral devices (cameras, biometrics capture) Interoperable with existing systems: 1. Batteries/Power: BA5590, 9-35 VDC, AC Power 2. Radios: PRC-152 and RT-1922 3. Operating System: Windows 4. ISR Receivers: MVR-IV FOB Destination to Fort Smith, AR 72903 (52.247-34, F.O.B. Destination) not to exceed (NTE) 60 days after receipt of order. All contractors must be registered with the Central Contractors Registration (CCR) to be eligible for award. Please see web site http://www.ccr.gov for information on how to register or call 1-888-227-2423 For submitting invoices and payment purposes offerors must be registered in Wide Area Work Flow (WAWF) prior to submitting invoices and receiving payment. Call help desk at 1-866-618-5988 or go online at https://wawf.eb.mil To be eligible for award, vendor must be registered with the Central Contractors Registration (CCR) and must have a current ORCA certification. The provision at FAR 52.212-1, Instructions To Offerors -- Commercial Items applies. No addenda. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. The Government anticipates awarding a firm-fixed price contract 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: (1) technical capability of the item offered to meet the Government requirement; (2) past performance (3) price (4) delivery date. No further addenda. 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. The following apply: FAR 52.211-6 Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (July 2010); DFARS 252.204-7004 Required Central Contractor Registration -- Commercial Items. No addenda.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. 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. Note: Offerors may use any format for submission of quotes. However, all quotes must contain the minimum information required under FAR 52.212-1, Instructions to Offerors, Commercial Items (Jun 2008). Please email questions to: Rachael.Parker@ang.af.mil Quotes are due to 188th Fighter Wing Arkansas Air National Guard, Bldg 188, Operational Contracting, 4850 Leigh Ave Fort Smith, AR 72903 by 02 January, 2012, 12pm Central Standard Time (CST). Email quotes are encouraged and accepted at Rachael.parker@ang.af.mil; FAX quotes will be accepted at 479-573-5825. When submitting a quote, please provide the following: tax ID number, Cage Code, and complete contact information to include e-mail address. Point of Contact is TSgt Rachael Parker, 479-573-5280, Rachael.parker@ang.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA03-1/F6Q1101276A001/listing.html)
- Place of Performance
- Address: 188th FW, AR ANG, 4850 Leigh Ave, Fort Smith, Arkansas, 72903, United States
- Zip Code: 72903
- Zip Code: 72903
- Record
- SN02642690-W 20111222/111220234601-4877ccd2c6dbc3e7f115cc0c13f500a5 (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 |