Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2013 FBO #4291
SOLICITATION NOTICE

58 -- 449 MHz Radar Power Upgrade

Notice Date
8/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-13-T-0028
 
Response Due
9/9/2013
 
Archive Date
10/21/2013
 
Point of Contact
Sandra Johnson, 435-831-2756
 
E-Mail Address
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.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. Solicitation #W911S6-13-T-0028 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. All firms responding must be registered with the System for Award Management at www.sam.gov. Description: This requirement is to increase the power supply of the 449 MHz radar wind profiler from 4 KW to 8 KW. The contractor shall furnish, install, and make operational the necessary components to increase the power output in accordance with the statement of work. Price shall include all costs associated with the power upgrade to include furnishing and installing the parts and travel. The period of performance is anticipated to be September 16, 2013 through October 30, 2013. Notice of Intent to Sole Source: This is a notice of intent to negotiate on a sole source basis with DeTect, Inc. 1902 Wilson Ave. Panama City, FL 32405. Pursuant to 10 U.S.C. 2304 ( C ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and / or equipment are available from one responsible source and no other type of supplies, services and / or equipment will satisfy agency requirements. Vendors may identify their interest and capability to respond to the requirement by emailing the points of contact identified below. A determination by the Government not to compete 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. Sandra Johnson, Contract Specialist: sandra.j.johnson90.civ@mail.mil Paul Frailey, Contracting Officer: paul.e.frailey.civ@mail.mil Statement of Work 449 MHz Radar Wind Profiler Power Upgrade Vision Statement To expand the capability of Dugway's 449 MHz radar wind profiler and to reduce the incidents of radio frequency interference, the transmitter power of the radar will be doubled from 4 kW to 8 kW. 1 Introduction Additional power output, which would result in a measurement of wind speed and direction at higher altitudes, is required to provide additional meteorological support for Dugway customers. The severe interference problems being incurred by the profiler will likely be reduced. 1.1 Mission Increase power output of the profiler to enhance operational capability of the system and reduce the effects of radio frequency interference. 1.2 Background The Dugway Meteorology Division has acquired a 449 MHz radar wind profiler from DeTect, Inc. in 2008. The system was built to be upgradeable. After using the profiler for over two years, it has been determined that additional power output, which would result in a measurement of wind speed and direction at higher altitudes, is required to provide additional meteorological support for Dugway customers. In order to obtain that capability, and to maintain compatibility and standardization among all of the current profiler equipment, the new amplifiers and ancillary circuitry can only be seamlessly provided by the suggested vendor. Based on market research, the manufacturer is the only vendor that can provide the necessary hardware and interoperable software to upgrade the power of the profiler. Without making these upgrades, the Meteorology Division would not be able to make routine measurements of wind speed and direction in the upper troposphere and lower stratosphere. Measurements of this type not only allow for numerical weather forecast models, such as 4DWX, to be more accurate, but such detailed measurements can capture meteorological phenomenon that can affect ground based operations and cannot be obtained by any other source. Without this upgrade, we would not be able to adequately support the sudden high wind safety requirements of test customers. For example, the upgraded profiler could indicate a weather event not forecasted by other means. Even if one major test could be conducted when otherwise the projected conditions would be unfavorable could save $20K per day. The upgrade would pay for itself with seven such success events. Furthermore, dangerous wind conditions could be detected in advance, providing for additional safe conduct of outdoor tests. 1.3 Scope Upgrade power from 4 kW to 8 kW. Include the following check of equipment, upgrade of equipment, and verify any additional requirements for the power upgrade. Include an acceptance test plan and checklist that will be used to verify improved operation. Include updated manuals and other documentation. 2 General Requirements Upgrade power output of the profiler from 4 kW to 8 kW while maintaining full functionality of the profiler. 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.4 Subcontract Management he contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). Cross teaming may or may not be permitted. 2.5 Contractor Personnel, Disciplines, and Specialties The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The contractor shall ensure the labor categories as defined in the Labor Categories document (see attachment), labor rates, and man-hours utilized in the performance of each Task Order (PWS line item) issued hereunder will be the minimum necessary to accomplish the task. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location and Hours of Work Accomplishment of the results contained in this PWS requires work at Dugway Proving Ground and at various contractor, subcontractor, and Government facilities (mainly in the continental United States). Normal workdays are Monday through Friday except US Federal Holidays. Workers typically work ten (10) hours per day (Monday through Thursday), 40 hours per week. Core hours of work are from 0700 to 1730 daily. All employees are expected to be available during core hours. SEQUESTRATION WORK HOURS: During a period of sequestration as implemented by the Contracting Officer, U. S. Army Dugway Proving Ground will operate on a four (4) day work week, Monday through Thursday, from 7:00 am to 3:30 pm (local time) (32 hours) except for Federal Holidays. A one half hour (30 min.) lunch period will be taken between the hours of 11:00am and 1:00pm. Deliveries will be accepted on regular scheduled workdays between 7:00 am and 3:30 pm (local time). The Federal Holidays are the same as those listed above. When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. The Contracting Officer will notify the contractor, in writing, 21 days in advance, when the government anticipates implementing a reduced work schedule of 32 hours per week. The contractor will conform to the reduced work schedule unless otherwise authorized by the contracting officer through the approval of overtime hours above the scheduled 32 hour per week. The Contracting Officer will send a written notice of Termination when the sequestration work schedule is no longer required. The contract will resume normal operations as soon as practicable after receipt of the termination notice. 2.7 Travel / Temporary Duty (TDY) Travel to other government facilities or other contractor facilities may be required and will be specified in the PWS. All travel requirements (including plans, agenda, itinerary, or dates) shall be pre-approved by the government (subject to local policy procedures), and is on a strictly cost reimbursable basis. Costs for travel shall be billed in accordance with the regulatory implementation of Public Law 99-234 and FAR 31.205-46 Travel Costs (subject to local policy & procedures; may reference FAR). 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 The contractor shall provide, install and test components that will increase the power output of the Dugway 449 MHz radar wind profiler from 4 kW to 8 kW. Performance Standards a) STD: Double the power output of the 449 MHz Radar Wind Profiler from the current 4 kW to 8 kW. AQL: 100% of expected power output 90% of the time the radar is running Deliverables A001 Hardware to increase power output from 4 kW to 8 kW 3.2 The contractor shall provide an acceptance test plan and checklist. The contractor shall use it to demonstrate correct operation of the radar at the specified power levels. Performance Standards a) STD: Completed test plan and demonstrate correct operation of the radar at the specified power level. AQL: The contractor shall have followed the test plan and filled out the checklist indicating that the required power levels have been achieved and the profiler is working properly. Deliverables A002 Completed acceptance test plan and procedure A003 Updated operation, users, and maintenance manuals 4.1 Security and Safety Visitor Group Security Agreement. The contractor shall sign a Contractor Visitor Group Security Agreement to protect classified information involved in performance under this contract. The Agreement will outline responsibilities in the following areas: Contractor security supervision; Standard Practice Procedures; access, accountability, storage, and transmission of classified material; marking requirements; security education; personnel security clearances; reports; security checks; security guidance; emergency protection; protection of government resources; DD Forms 254; periodic security reviews; and other responsibilities, as required. 4.1.1 AT/OPSEC Requirements 1.The Contractor shall be responsible for on site security of the work area, equipment, and personnel. 2.The Contractor shall integrate current Anti Terrorism/Operations Security (AT/OPSEC), operational contract support and related Headquarters Department of Army (HQDA) and local command policy and procedures, Army Regulation 525 13 (AR 525 13) Antiterrorism, Army Tactics, Techniques, and Procedures 4 10 (ATTP 4 10) Operational Contract Support Tactics, Techniques, and Procedures, All Army Activities (ALARACT) messages 110/2011, and guidance contained in Integrating Antiterrorism and Operations Security into the Contract Support Process and ensure that all applicable elements of the regulations and policies are flowed down to their subcontractors. Specifically these areas shall be adhered to prior to award of the contract. 3.The Contractor and all subcontractors for contracts awarded above $25,000 shall have a law enforcement background check completed for all employees who will be entering Army controlled Installations or facilities. Documentation of these checks shall be made available to the COR upon request. The Contractor shall provide to the COR, seven (7) days in advance of the event, names and Social Security numbers (or equivalent identification numbers for non U.S. citizens) of all employees who will be entering Army controlled Installation or facilities. If access to the areas listed below is required, the Contractor shall be escorted by the Government in order to perform the contract requirements. The Contractor shall contact the COR with a reasonable amount of lead time in order to give the Government time to meet the Contractor at the secured areas. These areas are: a)Life Sciences Test Facility b)Georgia Facility c)Wyoming Facility 4.The Contractor shall ensure that its employees entering Army controlled Installations or facilities have obtained access badges and passes in accordance with facility regulations and that these badges and passes are obtained in advance so as not to delay the accomplishment of contracted services. 5.The Contractor shall return all issued U.S. Government Common Access Cards, installation badges, and/or access passes to the COR when the contract is completed or when a Contractor employee no longer requires access to the Installation or facility. The contractor shall demonstrate that he has complied will all personnel identity verification procedures. The Contractor shall provide a list to the COR of employees no longer under the employ of the Contractor (or those Contractor employee no longer requiring access to the Installation or facility). The list shall be provided on a Government Fiscal Year Quarter basis, no later than the tenth (10th) calendar day of the month following the last month of the quarter. If the COR determines that the Contractor is not ensuring that all Access Cards, badges, etc., are not being returned as required under this section, the Contracting Officer may take action against the Contractor to the extent allowed under the Federal Acquisition Regulations (FAR) and applicable supplements. Actions taken against the Contractor for his failure to comply with this requirement shall not relieve him of his duties associated with this contract. 6.Force Protection Condition (FPCON) impact on work levels. During FPCONs Charlie and Delta, services are discontinued. Services will resume when the FPCON level is reduced to level Bravo or lower. 7.All Contractor employees, to include subcontractor employees, requiring access to Army Installations, facilities, and controlled access areas shall complete AT Level I Awareness training per AR 525 13 within ten (10) calendar days after contract start date (or in the case of employees hired after contract award, within ten (10) calendar days of being hired). The Contractor shall submit certificates of completion for each affected Contractor or subcontractor employee to the COR within ten (10) calendar days after completion of training. AT Level I Awareness training is available at the following website: https://atlevel1.dtic.mil/at In order to synchronize annual refresher training for all employees, the Contractor shall ensure annual training is completed within 30 days of the anniversary date of the contract award. Certificates of completion for the annual training shall be provided to the COR within ten (10) calendar days after completion of the training, but no later than 40 days from the anniversary date of the contract award. 8.Contractor and all associated subcontractor employees shall comply with applicable Installation, facility, and Area Commander Installation/Facility access and local security policies and procedures (provided by Government representative). The Contractor shall also provide all information required for background checks to be accomplished by Installation Provost Marshal Office, Director of Emergency Services or Security Office in order to meet Installation access requirements. Contractor workforce must comply with all personal identity verification requirements as directed by Department of Defense, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the FPCON at any individual facility or Installation change, the Government may require changes in Contractor security matters or processes. 9.The Contractor shall ensure that all Contractor employees, including subcontractors, complete Level I OPSEC training per AR 530 1 within thirty (30) calendar days of their reporting for duty. The Contractor shall submit certificates of completion for each affected Contractor and subcontractor employee to the COR within ten (10) calendar days after completion of training. In order to synchronize annual refresher training for all employees, the Contractor shall ensure annual OPSEC Awareness training is completed within 30 days of the anniversary date of the contract award. Certificates of completion for the annual training shall be provided to the COR within ten (10) calendar days after completion of the training. 10.The Contractor shall ensure that all Contractor employees, including subcontractors, complete Information Assurance training per AR 25 2 Information Assurance within thirty (30) calendar days of their reporting for duty. The Contractor shall submit certificates of completion for each affected Contractor and subcontractor employee to the COR within ten (10) calendar days after completion of training. In order to synchronize annual refresher training for all employees, the Contractor shall ensure annual Information Assurance training is completed within 30 days of the anniversary date of the contract award. Certificates of completion for the annual training shall be provided to the COR within ten (10) calendar days after completion of the training. 11.AT Level I Training. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, and controlled access areas shall complete AT Level I awareness training within 10 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR or to the contracting officer, if a COR is not assigned, within 10 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. 12.Access, General Protection, and Security Policy and Procedures. Contractor and all associated subcontractor employees shall comply with applicable installation, facility, and area commander installation and/or facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 13.iWATCH Training.. The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 10 calendar days of contract award and within 10 calendar days of new employees commencing performance with the results reported to the COR NLT 10 calendar days after contract award. 14.Contractor Employees Who Require Access to Government Information Systems. All contractor employees with access to a government information system must be registered in the Army Training Certification Tracking System (ATCTS) at the commencement of services, and must successfully complete the DOD Information Assurance Awareness training prior to access to the information systems and then annually thereafter. 15.For Information assurance (IA) and/or information technology (IT) training. All contractor employees and associated subcontractor employees must complete the DOD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DOD and Army training requirements in DoDD 8570.01, DoD 8570.01-M, and AR 25-2 within six months of employment. 16.For Information assurance (IA) and/or information technology (IT) certification. Per DoD 8570.01-M, DFARS 252.239.7001, and AR 25-2, the contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as stipulated in DoD 8570.01-M must be completed upon contract award. 17.12. For Contracts That Require Handling or Access to Classified Information. Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified quote mark (Con)fidential, quote mark quote mark (Sec)ret, quote mark or quote mark Top (Sec)ret, quote mark and requires contractors to comply with - (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M), and (2) any revisions to DOD 5220.22-M, notice of which has been furnished to the contractor. 5 Deliverables The contractor shall provide deliverables as described in subsequent task orders. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Identifier Name Description A001Hardware to increase power output from 4 kW to 8 kW A002Completed acceptance test plan and procedure A003Updated operation, users, and maintenance manuals (End of SOW) This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-13-T-0028. All firms responding must be registered with the System for Award Management (www.sam.gov). Questions: Questions regarding this solicitation are to be submitted in writing via email to paul.e.frailey.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. The deadline for questions is Thursday, September 4, 2013 at 5:00 p.m. (prevailing local time at Dugway Proving Ground, UT). The following provisions and clauses apply to this RFQ: 252.201-7000Contracting Officer's Representative 52.203-3Gratuities 52.203-6 Alt 1 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005Representation Relating to Compensation of Former DoD Officials 52.204-4Printed or Copied Double=Sided on Postconsumer Fiber Content Paper 52.204-7Central Contractor Registration 52.204-13Central Contractor Registration Maintenance 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt. A System for Award Management 252.204-7001Alternative Line Item Structure 52.209-5Certification Regarding Responsibility Matters 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 252.209-7001Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7995Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2013 Appropriations 252.209-7997Prohibition against Using Fiscal Year 2013 Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felony Conviction under State Law 252.209-7998Representation Regarding Conviction of a Felony Criminal 252.209-7999Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003Item Identification and Valuation 52.212-1Instructions to Offerors - Commercial Items 52.212-3, Alt IOfferor Representations and Certification - Commercial Items 52.212-4Contract Terms and Conditions - Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-8Utilization of Small Business Concerns 52.219-28Post-Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-18Certification Regarding Knowledge of Child Labor for Listed End Products 52.222-19Child Labor - Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-22Previous Contracts and Compliance Reports 52.222-25Affirmative Action Compliance 52.222-26Equal Opportunity 52.222-35Equal Opportunity Veterans 52.222-36Affirmative Action for Workers with Disabilities 52.222-37Employment Reports on Veterans 52.222-40Notification of Employee Rights under the National Labor Relations Act 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.225-18Place of Manufacture 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications 252.225-7012Preference for Certain Domestic Commodities 252.225-7020Trade Agreements Certificate 252.225-7021Trade Agreements. 252.225-7048Export Controlled Items 252.227-7015Technical Data - Commercial Items 52.232-33Payment by Electronic Funds Transfer - Central Contractor Registration 52.232-39Unenforceability of Unauthorized Obligations 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies on Contract Payments 52.233-3Protest after Award 52.233-4Applicable Law for Breach of Contract Claim 5152.233-4000HQ AMC Level Protest Program 252.243-7002Requests for Equitable Adjustment 52.246-2Inspection of Supplies - Fixed Price 52.247-34FOB Destination 252.247-7022Representation of Extent of Transportation by Sea 252.247-7023Transportation of Supplies by Sea 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference 52.252-5Authorized Deviations in Provisions Interested vendors wishing to respond to this solicitation shall provide a quote and pricing valid for 60 calendar days. Offers are due at 10:00 AM (prevailing local time at Dugway Proving Ground, UT) on September 9, 2013. Offers may be emailed. Submit emailed offers to paul.e.fraily.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. For any questions or concerns please contact Sandy Johnson at 435-831-2756 or via email at sandra.j.johnson90.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d4cd5e54ff27d4c84054e1cb660a261)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03158181-W 20130824/130822235238-2d4cd5e54ff27d4c84054e1cb660a261 (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.