SOLICITATION NOTICE
58 -- Mine Detectors, AN/PSS-14 Type System
- Notice Date
- 7/18/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T13RD523
- Response Due
- 8/9/2013
- Archive Date
- 9/16/2013
- Point of Contact
- Jeannette Jordan, 410-278-3797
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(jeannette.jordan@us.army.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. This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice, this announcement constitutes the only solicitation; proposals are being requested herein and a separate written solicitation will not be issued. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns Only. This solicitation is a Request for Proposal (RFP), for Full and Open Competition for Foreign Military Sales. Foreign Military Sales (FMS) case: H8-B-UAP The Government reserves the unilateral right to make no award as determined to be in the Government's best interest. The U.S. Army, an agency of the Government, intends to procure the following Commercial Off-the-Shelf (COTS) items: A One (1) year commercial warranty is required on all items. Description QuantityDelivery ARO CLIN: 0001 - H8-B-UAP PSS-14 type equipment systems 890 DAYS ARO Salient Characteristics: Exportable commercial equivalent AN/PSS-14 type System Ground Penetrating Radar (GPR) and highly sensitive Metal detector (MD) using advanced data fusion algorithms. System shall be able to reliably and consistently detect Anti-Personnel (AP) and Anti-Tank (AT) mines. System shall be able to reject the detection of metallic clutter. Probability of detection (PD) with a minimal False Alarm Rate (FAR). Dual sensor Technology Ground Penetrating Radar (GPR) The GPR is based on a wide-band, coherent, stepped frequency radar transceiver. The search head contains one transmit antenna and two receive antennas. The transmit antenna produces continuous wave, low power radar. As the search head passes over the surface of the ground and radar waves strike a discontinuity in the soil, waves are reflected back to the receive antennas and processed by the system. Advanced Metal Detector (AMD) An advanced metal detector coil encompasses the diameter of the sensor head. Passing current through the MD coil creates an electromagnetic field that induces an electrical current in any metal object that might be buried in the soil. The sensor head detects this secondary electromagnetic field and responds with an alarm, alerting the user to the possible presence of a mine. Sensor Fusion The algorithms are base on terrain modeling using a Real-Time Novelty (RTN) methodology. The terrain model is continuously updated, enabling the system to automatically adapt to varying soil conditions. Potential mine detection alerts are provided to the operator via audio alert signals. System Weight: 10.8 lbs (4.89 kg) Backpack weight: 4.61 lbs (2.09 kg) Storage Container Wight: 17.5 lbs (7.94 kg) Dimensions (extended): 62.0in x 8.0in x 6.0in (157.48cm x 20.32cm x15.24cm) Dimensions (folded): 3.0in x 19.0in x 8.0in (33.02cm x 48.26cm x 20.32cm) Battery: two-bay BB-390B/U Battery Charger, 4 hours of continuous operation per battery. Warranty: 1 year. Other Information/Requirements: 1.It is the responsibility of the Offeror to insure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY but is not obligated to consider the Offer of any Offeror that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements can be deemed by the Government as insufficient and non-responsive to the solicitation. 2.For this acquisition, the North American Industry Classification System (NAICS) number is 334511 and the FSC is 5860 3.Offeror MUST disclose whether they are an Assembler, Manufacturer, Distributor or Reseller for each item offered. 4.Offeror MUST disclose the Manufacturer and the Country of Origin of all major parts, components, and assemblies. 5.Delivery shall be completed by 90 days ARO, unless an acceptable alternate is proposed or unless bulk shipment is requested. NOTE: The parties hereto recognize that any technical data and computer software being purchased hereunder will be provided to a foreign government. The parties further recognize that the clauses in this contract dealing with rights in technical data, computer software and patent indemnity may be drafted in terms of rights flowing to the United States Government. Accordingly, the Contractor agrees to grant, and by incorporation of this clause in the contract document, does grant, that foreign government the same rights in technical data, computer software and patent indemnity as would be granted to the United States Government by operation of those clauses in the contract document dealing with rights in technical data, computer software and patent indemnity, except that no rights to computer software source code for the foreign government are provided in this contract. For purposes of contract administration, the parties agree that the clauses will be administered with the foreign government in such a manner as best approximates that set out with respect to the United States Government. Accelerated delivery at no additional cost to the Government is accepted and encouraged. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Inspection and acceptance shall be at SOURCE. Shipment will be FOB Origin. Upon award, the contractor will be required to contact the local DCMA Office for shipping instructions. IMPORTANT: All Contractors must provide as part of their proposal package a technical proposal that is sufficiently detailed to prove that the commercial product(s) they are offering meet all the salient characteristics in accordance with the scope of work. The proposal package must declare whether the contractor is an assembler, a manufacturer, a distributor or a reseller. The government reserves the unilateral right to reject an alternate product offered that does not meet all the salient characteristics or if the FMS client will not accept an alternate product. BASIS FOR AWARD: The Government intends to make an award(s) to the Contractor(s) who submit lowest priced technically acceptable product and are deemed acceptable and responsible by the Contracting Officer. The Contracting Officer reserves the right to make no award under this solicitation. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.204-4 Printed or Copied Double-Sided on Recycles Paper FAR 52.204-7 Central Contractor Registration FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.212-1 Instructions to Offerors -Commercial Items FAR.52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, for Paragraph (b) the following clauses apply: FAR 52.203-6 ALT1 Restrictions on Subcontractor Sales to the Government; FAR 52.204-6 Central Contract Registration FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post Award Small Business Program Representation (MAR 2009) FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of segregated facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.223-18- Encouraging contractor Policies to Ban Text Messaging While Driving; FAR 52.225.13- Restrictions on Certain Foreign Purchases FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-50 Combating Trafficking in Persons FAR 52.227-1 Authorization and Consent FAR 52.227-3 Patent Indemnity FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227-6 Royalty Information FAR 52.227-9 Refund of Royalties FAR 52.227-11 Patent Rights-Ownership By The Contractor FAR 52.232-33Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-2 Service of Protest FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.242-13 Bankruptcy FAR 52.246-2 Inspection of Supplies-Fixed-Price FAR 52.246-16 Responsibility for Supplies FAR 52.247-29 F.O.B. Origin FAR 52.249-8 Default (Fixed-Price Supply and Service) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clause applies: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD officials; DFARS 252.225-7012 Preference for certain domestic commodities; DFARS252.227-7013 Rights in Technical Data-Non Commercial Items DFARS 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales; DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments; DFARS 252.227-7015 Technical Data- Commercial Items; DFARS 252.227-7016 Rights In Bid or Proposal Information DFARS 252.227-7017 Identification and Assertion of Use, Release or Disclosure Restrictions DFARS 252.227-7018 Rights In Noncommercial Technical Data and Computer Software - Small Business Innovation Research (SBIR) Program DFARS 252.227-7025 Limitation on the Use or Disclosure of Government - Furnished Information Marked with Restrictive Legends DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies; DFARS 252.203-7002 Requirement to inform employees of Whistleblower rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7008 Requirements for Contracts Involving Export-Controlled Items DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.211-7003 Item Identification and Valuation DFARS 252-212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments DFARS 252.227-7027 Deferred ordering of technical data or computer software DFARS 252.227-7028 Technical Data or Computer Software previously delivered to the Government DFARS 252.227-7030 Technical Data-Withholding of Payment DFARS 252.232.7010 Levies on Contract Payments DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Request for Equitable Adjustments DFARS 252.247-7023 Transportation by Sea Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html Requirements for No Cost Warranty. The contractor shall provide a warranty for this Foreign Military Sale (FMS) covering workmanship and materials for all items furnished in accordance with this contract or any modification thereof. If the warranty is a commercial warranty and states that the warranty in not in effect outside the continental United States, then the wording of the warranty shall be amended so that the warranty is extended to the final FMS customer. The warranty shall be for a minimum of two years or twenty-four months in duration at time of pick up for shipment. No Cost Warranty Manual. The contractor shall provide an operational manual and/or an insert to accompany the material, describing the actions to be taken by the user in order to exercise the warranty and obtain repaired/replaced equipment. This guidance shall be provided in both English (and the native language of the FMS customer if specified in the delivery order after negotiation). This warranty will run directly to the benefit of the FMS customer and will not be structured so as to require any actions/administration on the part of the U.S. Government. The contractor shall provide phone number(s) and/or address(es) for customer service representative nearest to the FMS customer location. The customer service representative shall be able to supply information to the FMS customer for the return of the defective equipment for repair or replacement. No Cost Warranty Procedures. At the exercising of this warranty by the FMS customer, the warranty clock shall be stopped. Upon notification of a failure by the FMS customer to the contractor, the warranty clock shall be stopped relative to the unit in question. The warranty clock will be restarted upon acceptance of the repaired/replaced unit by the FMS customer. Upon arrival at the contractors repair facility, both the contractor and Government representative will determine if failed item is covered under the warranty. The FMS customer shall be responsible for the established contractual cost for items tested and found to be a quote mark False Pull quote mark or quote mark No Evidence of Failure (NEOF) quote mark. The contractor shall meet a 30 day turn-around time for repair. This time shall be from the date of receipt by the contractor, to shipment from the contractor's facility. The contractor shall be responsible for transportation cost from the FMS customer to the contractor's facility and return to the FMS customer. PROPOSAL SHALL INCLUDE: (1) Solicitation Number and date on cover page with numbered pages; (2) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number, Cage Code and DUNS); (3) Business Size, if Small Business list subcategory, if applicable; (4) schedule of offered items to include quantity, unit, unit price, total price and grand total columns; (5) Representation and Certifications compliant with FARS Clause 52.212-3; (6) Acknowledgement and agreement with amendments, if applicable. Offerors must have a current registration in the System For Award Management (SAM) prior to award. The Offeror may register in (SAM) at http://www.sam.gov. Requirements for Offerors Offeror shall have a current registration in the Wide Area Workflow (WAWF) prior to award. The Offeror may register in WAWF at https://wawf.eb.mil. Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html All parties interested in doing business with Army Contracting Command - Aberdeen Proving Ground is invited to access the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi/ASFI_FAQ.cfm. Upon accessing this web page, look for the tab titled quote mark ASFI for Industry quote mark. Under the quote mark ASFI for Industry quote mark tab you will be able to: check for business opportunities by clicking on the Contract Opportunities Search link, receive notifications by clicking on the Vendor Notification Service link. Vendor cannot submit responses via the Vendor Bid History. Vendors can only view quote mark high level quote mark information regarding the response. No registration is needed for the Vendor to browse for business opportunities. For the Vendor to receive notifications he merely needs to provide company Commercial and Government Entity (CAGE) Code and E-Mail address. To submit a response the Vendor must provide the CAGE Code and Marketing Partner Identification Number (MPIN). Your company must be registered and current in the Central Contractor Register (CCR) in order to submit bids/proposals on ASFI. Please be advised that hard copies of the solicitation will not be made available. You must download solicitation documents from the ASFI. Instructions on how to use ASFI to include; receiving notification, submitting and uploading bids or proposals, formatting and system requirements are provided at https://acquisition.army.mil/asfi/ASFI_FAQ.cfm. For Technical ASFI assistance please e-mail help desk at ASFI@conus.army.mil. This announcement has been posted to the ASFI under Solicitation No.: W15P7T-13-R-D523. The offeror shall submit their proposal via Email to the Contract Specialist by 10:00 AM - EST-U.S. on Wednesday, August 09, 2013. Email: jeannette.Jordan.civ.@mail.mil. The Points of Contact for this action are Contract Specialist Jeannette Jordan (410) 278-3797 or jeannette.jordan.civ@mail.mil and Contracting Officer Ernest Bailey (410) 278-5017, or ernest.l.bailey4.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/714ae537871525b0c22e89fb7694fd83)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03120821-W 20130720/130719001241-714ae537871525b0c22e89fb7694fd83 (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 |