Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SPECIAL NOTICE

18 -- Notice of Intent to Sole Source to Sinclair Interplanetary

Notice Date
9/4/2012
 
Notice Type
Special Notice
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
F4BWA02212A001
 
Archive Date
9/11/2012
 
Point of Contact
Andrew R. Lawson, Phone: 3332327, Elizabeth Lawson, Phone: 7193333929
 
E-Mail Address
Andrew.Lawson.2@us.af.mil, elizabeth.lawson.1@us.af.mil
(Andrew.Lawson.2@us.af.mil, elizabeth.lawson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 10CONS/LGCB, Contracting Squadron, USAF Academy intends to award a sole source purchase order for 4 (ea) SS-411 Two-Axis Digital Sun Sensors manufactured by Sinclair Interplanetary – 20 Maud Street Suite 201 Toronto, M5V 2M5, Canada. This is a sole source acquisition for commercial items using simplified acquisition procedures in accordance with FAR Part 12 and 13. The contract line items are as follows: 0001 4 (ea) SS-411 Two-Axis Digital Sun Sensors * Delivery is to be included to the U.S. Air Force Academy CO 80840 – FOB Destination. **This requirement is subject to the Buy American Act (reference DFARS 252.225-7001). ***IUID Label in accordance with 252.211-7003 is included in the unit cost. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60, effective August 27, 2012. The North American Industry Classification System Code (NAICS) is 336419 and the size standard is 1000 employees. Sole Source Justification: A. HQ USAFA/DFAS requires 4 flight sun sensors for the FalconSAT-6 Flight Model. This is a follow-on acquisition to a previous purchase. This basic flight hardware was purchased under Contract No. FA7000-10-P-0329 for the FalconSAT-6 Avionics Test Bed and uses the same proprietary hardware/software design as that flown successfully aboard its predecessor, FalconSAT-5. B. These sun sensors are exact copies of previously purchased Sinclair Interplanetary proprietary FalconSAT-6 Flight sun sensors, currently employed on the FalconSAT-6 Avionics Test Bed. This item is also identical to the previously procured FalconSAT-5 Flight and Avionics Test Bed (ATB) sun sensors flown in November 2011 as well as the FalconSAT-6 ATB versions purchased in September 2010. Further details for these sun sensors are captured in a FalconSAT-6 ADCS-Sun Sensors Engineering Report as well as the FalconSAT-6 ADCS to Sun Sensor Interface Control Document. For each primary model (e.g. ATB, Flight Model, and spare set), the four sensors are mounted on each side panel (+X, -X, +Y, -Y) in order to determine the satellite’s orientation quite rapidly. These custom sun sensors use a proprietary Sinclair Interplanetary architecture with the mechanical/electrical/software interfaces for the performance indicated in the ICD. Since sun sensors on-orbit are a matched set, especially in terms of the interfaces described, any deviation from Sinclair Interplanetary proprietary hardware will result in significant hardware and software rework, which is cost prohibitive. For these reasons, it is imperative that Sinclair Interplanetary provide the hardware listed above. This synopsis is for notification purposes only and THIS IS NOT A REQUEST for bids or proposals. DO NOT SUBMIT A QUOTE AT THIS TIME. Any offerors believing they can meet the governments requirements for this acquisition have the burden and responsibility to provide documentation that substantiates their products are equal to or better by demonstrating their product, at a minimum, has the same features and functionality of the sole source products. The offeror should provide an understandable comparison between the two products along with brochures, specifications, and any other useful information for government consideration. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement can be conducted. A determination that equal products exist based on responses to this notice is solely within the discretion of the Government. Responses must be received by 1200 pm Mountain Standard Time, 10 September 2012 at 10 CONS/ LGCB. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this synopsis. Contractors must have a current registration with the Central Contractor Registration (CCR) at www.SAM.gov and with Online Representations and Certifications Application (ORCA) at www.SAM.gov Questions should be addressed to the Primary POC Andrew Lawson, Contracting Specialist, (719) 333-2327 or sent via e-mail to andrew.lawson.2@us.af.mil Alternate POC is Elizabeth M. Lawson, Contracting Officer, (719) 333-3929 or email elizabeth.lawson.1@us.af.mil 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 5226 Cedar Drive USAF Academy, Colorado 80840 United States Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Primary Point of Contact: Andrew Lawson Secondary Point of Contact: Elizabeth M. Lawson Contracting Office Address: 5226 Cedar Drive USAF Academy, Colorado 80840 United States Place of Contract Performance: USAFA USAFA, Colorado 80840 United States Allow Vendors To Add/Remove From Interested Vendors: Yes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWA02212A001/listing.html)
 
Place of Performance
Address: United States Air Force Academy, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02867028-W 20120906/120905000941-d60b853ec4b7de8c47ea1e3d4e6412f4 (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.