Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2013 FBO #4227
SOLICITATION NOTICE

58 -- ACS GPS Re-Radiation - Past Performance Questionnaire - Bid Schedule - Statement of Work

Notice Date
6/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-13-Q-0026
 
Archive Date
8/19/2013
 
Point of Contact
Joseph Jones, Phone: 660-687-5403, Kristy Svendsen, Phone: 660-687-5395
 
E-Mail Address
509cons.sollgcb@us.af.mil, 509cons.sollgcb@us.af.mil
(509cons.sollgcb@us.af.mil, 509cons.sollgcb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Bid Schedule Past Performance Questionnaire 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 are being requested and a written solicitation will not be issued. This procurement is a 100% Small Business set-aside IAW FAR 19.1405(b). The North American Industry Classification System (NAICS) code for this acquisition is 334220. For the purpose of this procurement the small business size standard is 750 employees. All offers are to remain valid for a period of 365 days. Award will be made to the offeror that is lowest priced technically acceptable. Paper copies of the Request for Quotation shall not be made available. This requirement is for a contractor to design, demonstrate, furnish, install, and test (EFIT&P) GPS re-radiation systems in fourteen (14) B-2 hangars. The contractor shall develop first article acceptance test procedures and validate associated test equipment to be used to qualify initial production assets. Delivery timeframe will be determined after the successful completion of the first article test. See attached statement of work (SOW) and bid schedule. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, Defense Acquisition Circular 20130522, and Air Force Acquisition Circular 2013-0327. The following FAR Clauses and Provisions apply to this acquisition: 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, Central Contractor Registration (CCR) 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, Central Contractor Registration Maintenance 52.209-4, First Article Approval- Government Testing (a) The Contractor shall deliver 1 unit(s) of Lot/Item 0001 within 90 calendar days from the date of this contract to the Government at 509 OSS/OSXC; 905 Spirit Blvd Bldg 200, Suite 122; Whiteman AFB, MO 65305 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 30 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor-- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (End of clause) 52.209-6, Protecting the Government's Interest When Subcontracting With Contracts Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors - Commercial Items Addendum TO 52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS **Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.** Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: -The offeror agrees to hold the prices in its offer firm for 365 calendar days from the date specified for receipt of offers. NOTE: All proposal preparation cost will be the sole responsibility of the offeror. The Government will not reimburse any firm for their proposal preparation cost. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. The response shall consist of three (3) separately bound parts, Volume I - Technical Proposal, Volume II - Past Performance and Volume III Cost/Price Proposal. PROPOSAL FORMAT The offeror shall submit its proposal in the following format: 1) Title: VOLUME I Technical Proposal Tab A Technical Approach Tab B Schedule 2) Title: VOLUME II Past Performance Information 3) Title: VOLUME III Cost/Price Proposal SPECIFIC INSTRUCTIONS: VOLUME I - TECHNICAL PROPOSAL Tab A Technical Approach a. The Technical Proposal shall be sufficiently specific, detailed, and complete to demonstrate clearly and fully that the offeror understands the statement of work and has a thorough understanding of the requirement. If Government Furnished Equipment (GFE) is required it shall be identified in the proposal. b. The Technical Proposal shall consist of the information specified for each of the requirements listed in the Statement of Work and Addendum 52.212-2 of this solicitation. No cost or pricing information shall be included in the Technical Proposal. Tab B Schedule The Schedule shall include major tasks/milestones required to meet the delivery date required as outlined in Section F (Delivery Information - Page 13) of this proposal. Each System is set as its own option, if after approved first article is complete, systems can be simultaneously installed, more than one option can be exercised at a time for a total of 14 hangers to include the First Article. Options will be exercised IAW FAR 52.217-7, Option For Increased Quantity-Separately Priced Line Item. VOLUME II - PAST PERFORMANCE - Limited to no more than 5 pages per contract listed. Only references for the same or similar type contract desired. Submit original plus one copy. a. Quality and Satisfaction Rating for Contracts Completed in the Past Five Years from the date of issuance of the solicitation: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. b. With the Performance Questionnaire (attached separately), in addition to para a above, the government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this RFP. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Provide a list of at least three (3) but no more than ten (10) of the most relevant contracts performed for Federal agencies and commercial customers within the last five (5) years of issuance of the solicitation. Relevant past performance is defined as contracts that required the offeror to configure GPS re-radiation systems. Recent past performance is defined as contracts performed within the last five years from date of issuance of solicitation, but limited to the most recent 10 contracts. Offerors with no past experience configuring GPS re-radiation systems shall state so. Past performance information shall include information on corporate experience and past performance which clearly demonstrates that the offeror is capable of conforming to contractual requirements. Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information for the principal offeror. Past performance regarding minor members of joint ventures or teaming arrangements will be considered as highly as the majority member of those arrangements. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. c. Offerors shall submit a consecutive list of all past and present performance for the last five years from the date of the solicitation. The list shall include a minimum of 3 contracts but limited to the most recent 10 contracts. Offerors shall submit the list no later than the date and time indicated on the Standard Form 1449, Block 8, to 509 CONS/LGCB, Attn: Joseph Jones, 727 Second Street, Suite 124A, Whiteman AFB, MO 65305-5344. This list may be provided by fax to (660) 687-5462 or email to 509cons.sollgcb@whiteman.af.mil. For all listed contracts, provide the following information: a. Company/Division name b. Contracting agency c. Contract number d. Brief description of contract effort. e. Period of performance f. Total contract value, including all modifications and options g. Contracting Officer's name, address, and telephone number h. Comments regarding compliance with contract terms and conditions i. Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contract. d. Each offeror is responsible for sending the attached past performance questionnaire to its references. Upon completion of the questionnaires, they shall be returned directly from the references to the attention of 509 CONS/LGCB, Attn: Joseph Jones, 727 Second Street, Suite 124A, Whiteman AFB, MO 65305-5344. This list may be provided by fax to (660) 687-5462 or email to 509cons.sollgcb@whiteman.af.mil. Completed questionnaires must be submitted no later than the offer due date and time indicated on Standard Form 1449, Block 8. This requirement for the submission of questionnaires is in addition to the requirement for a list of consecutive contracts specified in paragraph 2(a)(1) above. e. Offerors are cautioned that the Government will use information provided by the offerors and information obtained by other sources in the development of the performance confidence assessment. f. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime offeror. VOLUME III - PRICE PROPOSAL: a. Complete the SF 1449, blocks 12, 17a, 30 (a), (b), and (c) and identify key personnel. An authorized official of the firm must sign the Standard Form 1449. Submit One (1) copy of the SF1449 with an original authorized signature. In doing so, the Offeror accedes to the contract terms and conditions as written in the RFP. All sections of the RFP, excluding Instructions to Offerors and Evaluation Procedures Sections, constitute the model contract. b. Complete all the CLINS/SLINS in the SF 1449 Continuation Sheet Schedule, to include all option periods. Unit prices shall prevail in the event the extended price is calculated incorrectly. c. Complete the necessary fill-ins and certifications in provisions. The provisions FAR 52.212-3 shall be returned along with the proposal. d. Acknowledge any and all amendments to the solicitation. e. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. GENERAL INFORMATION INFORMATION REGARDING SUBMISSION OF PROPOSALS: WE WILL ONLY ACCEPT MAILED OR HAND DELIVERED PROPOSALS. We will not accept e-mailed or faxed proposals. Proposals must have original signatures, show the time and date for receipt, the Solicitation Number, and the name and address of the offeror. Facsimile modifications to proposals will be accepted; however, the originals must be received in this office prior to award. Our fax number is 660-687-5462. Mail/Deliver completed proposals (USPS, FedEx, UPS, DHL, etc.) to the following address: 509 CONS/LGCB Attn: Joseph Jones 727 Second Street, Suite 124A Whiteman AFB, MO 65305-5344 Offerors are cautioned that Whiteman AFB, MO has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and deliver the proposal PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base: New Year's Day - 1 January Martin Luther King's Birthday - Third Monday in January Presidents Day - Third Monday in February Memorial Day - Last Monday in May Independence Day - 4 July Labor Day - First Monday in September Columbus Day - Second Monday in October Veterans Day - 11 November Thanksgiving Day - Fourth Thursday in November Christmas Day - 25 December (End of provision) 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) with acceptable past performance process to make a best value award decision. The following factors shall be used to evaluate offers: (1) PRICE (2) TECHNICAL PROPOSAL (3) PAST PERFORMANCE (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-2 Addendum, Evaluation-Commercial Items M-1 AWARD BASED ON BEST VALUE TO THE GOVERNMENT The Government will employ a Lowest Price Technically Acceptable analysis of cost and price factors along with acceptable past performance in evaluating the proposals meeting the acceptability standards for non-cost factors as prescribed in Section M-3 of this solicitation. M-2 BASIS FOR CONTRACT AWARD Unless all offers are rejected, award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be lowest price technically acceptable along with acceptable past performance. Offerors must satisfy the requirements described in the evaluation criteria, as well as all other RFP requirements. M-3 EVALUATION FACTORS The evaluation will be based on a complete assessment of the offeror's proposal. Proposals shall be evaluated on the following technical factors and subfactors. Sub-factor's are equally important among the other subfactors. Each technical factor is equally important among the other technical factors. Technical factors will be evaluated on an acceptable/unacceptable basis. Failure to meet any one of the technical factors will result in an "unacceptable" rating and will eliminate the offeror from further consideration. M-3.1 Non-Cost Factors Factor 1 - Technical Approach/Methodology Technical Approach/Methodology will be evaluated on a pass/fail basis. Failure to meet any of the standards listed below as identified in the Performance Work Statement will result in an "unacceptable" rating and will eliminate the offeror from further consideration. • Accepts and covers the two GPS frequencies L1 & L2; L1 at 1575.42 MHz (10.23 MHz × 154); and L2 at 1227.60 MHz (10.23 MHz × 120). • Automatically gains the signal to repeat a comparable or higher power level inside the hangar with negligible signal loss. • Frequency range: Covers all satellite frequencies between 250-440MHz excluding voice bands. Additional frequencies outside of this range may be acceptable. • No interference with voice line of sight UHF and VHF frequencies. • Signal interference/bounce rejection within 180x40x80 foot metal hangar structure. • Must not block M-Code and MNAV navigation messages. • Entire system must have an assessed 25 year installation life. • Auto start-up/configuration equipment with single on/off switch - no training required for operations. • If required, system will use Standard US AC power that is available in the hangar. • If required, system will utilize a circuit breaker system for fire and equipment protection. Additionally, if system is powered, it must comply with Division 1 explosion proofing standards due to potentially flammable vapors present in hangar environment. • Automatic Protection of equipment from overdrive damage and lightning protection. • System must provide single on/off switch at personnel level with clearly visible (flashing or steady light) indication of operation status from 100-200 feet day or night (not applicable if designed as a passive system). • The final system will require permanent mounts able to withstand periods of high wind of 70-100 knot gusts, snow, rain and typical Missouri climates while not extending past or interfering with each Dock's Lightning Protection System. • System must be able to withstand fire retardant foam/water mixture used in the fire suppression system in each aircraft dock, and equipment must have protective coatings to resist weathering and potential jet fuel corrosion. • System must be able to withstand all heat, acoustical, and vibration loads encountered within the aircraft dock. a. Inside black curtain, temperatures reach 300 degrees Celsius; system cannot be mounted within the black curtain. b. Ambient temperatures are equal to Missouri weather extremes, as the docks are not insulated. c. System must comply with and be designed to withstand vibration and acoustic forces outlined by "USACERL Technical Report FM-92/03 Vibro-Acoustic Analysis". A link to the study can be found at: http://www.dtic.mil/cgi-bin/GetTRDoc?AD=ADA266778&Location=U2&doc=GetTRDoc.pdf • System must not create additional radiation hazards above and beyond what is emitted from the source aircraft, and/or antennas are mounted in locations/orientations which radiation does not impact operations or personnel. Factor 2 -Past Performance Past performance will be evaluated as acceptable/unacceptable. Failure to demonstrate acceptable performance in the successful implementation of GPS re-radiation systems, as identified in the past performance questionnaire, will eliminate the offeror from further consideration. M-3.2 Cost Factor Award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non-cost factors with acceptable past performance. Unit prices shall prevail in the event the extended price is calculated incorrectly. (End of addendum) 52.212-4, Contracts Terms and Conditions- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specifically the following clauses cited are applicable to this solicitation: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Handicapped Workers 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-1, Buy American Act-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.239-1, Privacy or Security Safeguards 52.217-7, Option For Increased Quantity-Separately Priced Line Item 52.227-1, Authorization and Consent 52.228-5, Insurance- Work On A Government Installation 52.232-11, Extras 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration 52.233-2, Service of Protest fill-in (509th Contracting Squadron/LGCB, Whiteman AFB, MO 65305-5344) 52.242-15, Stop-Work Order 52.246-16, Responsibility For Supplies 52.246-23, Limitation Of Liability 52.247-34, F.O.B. Destination 52.252-2, Clauses Incorporated by Reference; farsite.hill.af.mil\ 52.252-6, Authorized Deviations In Clauses 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7000, Disclosure Of Information 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration Alternate A 252.204-7008, Export-Controlled Items 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.211-7003, Item Identification and Valuation 252.212-7000, Offeror Representations and Certifications 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.243-7002, Requests for Equitable Adjustment 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Heath and Safety On Government Installations 252.243-7001, Pricing of Contract Modifications 5352.201-9101, Ombudsman: AFGSC/A7K/66 Kenney Ave., Ste 233/Barksdale AFB LA 71110/ Phone: (318) 456-6336 5352.223-9000, Elimination of ODS 5352.242-9000, Contractor Access to Air Force Installations Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide.). Proposals must be received by 19 July 2013, 3:00 PM CST; late proposals will not be considered for award. Prospective offeror must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. Responsible sources may submit a proposal which, if timely received, shall be considered by this agency. Attachments:. Statement of Work (SOW). Bid Schedule. Past performance questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6d9ef81065965d6fc3d37023b94f24b)
 
Place of Performance
Address: Whiteman AFB MO 65305, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN03093640-W 20130621/130620000011-c6d9ef81065965d6fc3d37023b94f24b (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.