MODIFICATION
61 -- Warrior Pak Power Stations - Notification of Intent to Sole Source
- Notice Date
- 9/7/2012
- Notice Type
- Modification/Amendment
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- Bohlman_F3G5GA2242A001_Warrior-Pak-Power-Station_Sole-Source
- Archive Date
- 9/27/2012
- Point of Contact
- Caitlyn Bohlman,
- E-Mail Address
-
caitlyn.bohlman@nellis.af.mil
(caitlyn.bohlman@nellis.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 99th Contracting Squadron, Nellis AFB, NV intends to award a single source one time, firm fixed price purchase order for Warrior Pak power stations. The system must provide streaming power for simultaneous powering and charging of attached tactical equipment and of itself. It must also be backwards compatible with current MEDI PAK systems in use throughout the JTAC community. It must be constructed to conform to the JTACs body armor and tactical kit. The connectors and cables must be capable of operating through the varying input and output voltages of the multitude of equipment in the JTAC inventory to include the PRC-148, PRC-152, PRC-117G, PRC-117F, PSN-13, SeeSPOT III, CF-19 Tough book, Small Wearable Computer, and PEQ-1C. Additionally, the system must have breakaway cables for egress as well as the ability to slave power from vehicles, solar, standard and non-traditional auxiliary power sources. Most importantly, this system must be the same system as operational JTAC units use in order for the JTAC Advanced Instructor Course to properly train the Weapons School Students. To include: F.O.B. Destination to Nellis AFB, NV. Authority for this single source requirement is FAR 13.106-1(b)(1). This notice is for informational purposes only; no formal solicitation will be issued as a result of this announcement. Questions may be directed to A1C Caitlyn Bohlman, Contracting Specialist, at caitlyn.bohlman@nellis.af.mil or MSgt Maya Hemingway, Contracting Officer, at maya.hemingway@nellis.af.mil. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by solicitation closing date and time will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. SOLICITATION #: F3G5GA2242A001 - Warrior Pak Power Stations This combined synopsis/solicitation is issued as a Notice of Intent to Single Source. NAICS: 335911 CLIN 0001: CLIN 0001: 3 EA, Warrior Pak Power Station CLIN 0002: 1 EA, Warrior Pak Battery Box Kit CLIN 0003: 3 EA, Warrior Pak Locking Cable CLIN 0004: 3 EA, Warrior Pak Freestyle Pak CLIN 0005: 3 EA, CF-18/19 to Freestyle Cable CLIN 0006: 3 EA, Warrior Pak Freestyle to REVER V cable CLIN 0007: 3 EA, Warrior Pak Freestyle Dual Comms/ISR adapter cable CLIN 0008: 3 EA, Warrior Pak Vehicle Integrated Charger (VIC) Kit for DC charging in the field CLIN 0009: 3 EA, Warrior Pak Solar Shelter Charger 9'x 8', includes installation and freight (FOB Destination). It is the government's intent to award this contract to: LAT Enterprises, Inc. 6307-A Angus Dr. Raleigh, NC 27617 The following provisions and clauses (current through FAC 2005-60 effective 27 August 2012) are applicable to subject solicitation: FAR 52.204-7 - CCR; FAR 52.212-1 - Instructions to Offerors; 52.212-2 - Evaluation-Commercial Items; 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Terms and Condition - Commercial; FAR 52.212-5 Dev - Statutes/Exec Orders; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 - Convict Labor; FAR 52.222-19 - Child Labor; FAR 52.222-21 - Prohibition of Segregated Facilities, FAR 52.225-13 - Restrictions on Foreign Purchase; 52.232-33 - Payment by EFT - CCR; FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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 (m) of this provision and must submit these paragraphs with their proposal. All quotes shall include the following minimum information: Estimated delivery date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prices shall be FOB Destination with delivery and acceptance at: Nellis AFB, NV. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to caitlyn.bohlman@nellis.af.mil no later than 12 September, 2012, 10:00 pm PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/Bohlman_F3G5GA2242A001_Warrior-Pak-Power-Station_Sole-Source/listing.html)
- Place of Performance
- Address: Nellis, AFB, Las Vegas, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN02872227-W 20120909/120908000107-263b5b5e52c630bace57ba3778551182 (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 |