Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2014 FBO #4508
SOLICITATION NOTICE

58 -- Handheld GPS Sync IRIG B Time Code

Notice Date
3/27/2014
 
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 Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AF4058B001
 
Archive Date
4/29/2014
 
Point of Contact
Kimberly Rabatin, Phone: 661-277-6044
 
E-Mail Address
kim.rabatin@edwards.af.mil
(kim.rabatin@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 and Defense Federal Acquisition Circular change notice (DPN) 20140311. This acquisition is being procured as a 100% small business set-aside; and the associated NAICS code is 334220 with a small business size standard of 750. Contract Line Item number 1, Handheld Global Positioning System Inter-Range Instrumentation Group (IRIG) B Time Code, Part Number 6155E, 4 each; The following lists the salient characteristics to meet the technical requirement for the portable IRIG B Time Code Generator: Multi-channel GPS receiver: 12 (or greater) parallel channels; tracks all satellites in view; first GPS fix (typical):<15 seconds (warm), <90 seconds (cold); GPS reacquisition (typical): ~2 seconds; receiver dynamic modes are fixed (timing accuracy<25nsec), walking, land vehicle, marine, airborne(timing accuracy <100nsec). Datum: World Geodetic System (WGS) 84 IRIG B Serial Time Code Generator (IAW OSG IRIG Standard 200-98)- output level range: 0 to 5V peak-to-peak; factory output level setting:>2.9V peak-to-peak; automatic/transparent switch to internal clock when GPS lock is lost. Timing Accuracy (in FIXED dynamic mode) with GPS Lock: 1x10^-9 at one (1) second 1x10^-10 at one hundred (100) second 3x10^-12 at one (1) day Timing accuracy when not locked to GPS: <2.5x10^-6 Timing accuracy when not locked to GPS (after 24 hours of GPS locked disciplining): <0.3x10^-6 <30 ms per/day EIA RS-232C Port Outputs UTC Time/Latitude/Longitude: Asynchronous, 19200 baud, 8 data bits, 1 start bit, 1 stop bit, no parity, no flow control UTC time mark output synchronized with Global Reference Standard Programmable Time Zone offsets Powered by rechargeable battery: battery must be user-accessible for maintenance, built-in intelligent battery charger Built in active GPS antenna with Provisions for external antenna 5VDC Antenna Voltage Gain: 26db+/--2db Noise figure: 1.5db MAX Built in display: IRIG Time Display GPS Lock Status Display Rechargeable Battery status display Environmental specifications: Operating temperature range: 0 degrees Celsius to 55 degrees Celsius Non-operating storage temperature range: -20 degrees Celsius to 70 degrees Celsius Humidity: 95% non-condensing Hand-enclosure, dimensions not to exceed 8x3.85x2.6 inches Delivery shall be (8 WARO), six (6) weeks after receipt of offer. Delivery and acceptance is ATTN: Mark Theologidy, 307 East Popson Ave, BLDG 1400, RM 413, Edwards Air Force Base, CA 93524. Freight on Board ( FOB) is Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and any addenda to the provision. The provision at 52.212-2, Evaluation -- Commercial Items, is being used, and the specific evaluation criteria to be included in paragraph (a) of that provision is provided. 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), Evaluation -- Commercial Items (Jan 1999) (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. The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement Technically Acceptable Lowest Price Small business participation ( veteran-owned small business, service- disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business) __________________________________________ (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. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, and any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition, and the additional FAR clauses cited in the clause are applicable to the acquisition. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Any additional contract requirements or terms and conditions (such as warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Normal assigned rated relative to the Defense Priorities and Allocations System (DPAS). As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161) ___ 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)) ___52.222-3, Convict Labor (June 2003) (E.O. 11755) ___52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) ___ 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ 52.222-36, Affirmative Action for Workers with Disabilities ((Oct 2010) (29 U.S.C. 793). ____52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) ___ 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (38) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management(Jul 2013) (31 U.S.C. 3332) ___52.204-7 System for Award Management (Jul 2013) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: NONE (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Contractors must comply with DFARS CLAUSE 252.204-7004 Alternate A, Central Contractor Registration 252.204-7004 Alternate A, System for Award Management. ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) As prescribed in 204.1105, substitute the following paragraph (a) for paragraph (a) of the provision at FAR 52.204-7: (a) Definitions. As used in this provision- "System for Award Management (SAM) database" means the primary Government repository for contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR 32.11) for the same parent concern. "Registered in the System for Award Management (SAM) database" means that- (1) The contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, and Contractor and Government Entity (CAGE) code into the SAM database; and (2) The contractor has completed the Core Data, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and (4) The Government has marked the record "Active." Interested Contractors can access this Clause by Internet URL: http://farsite.hill.af.mil The following DFARs Clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials(SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials(NOV 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7004 Alternate A, System for Award Management (FEB 2014) 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification and Valuation (DEC 2013) 252.211-7008 Use of Government-Assigned Serial Numbers (SEP 2010) 252.225-7001 Buy American Act and Balance of Payments Program (DEC 2012) The following AFFARS Clauses apply to this acquistion: 5352.201-9101 Ombudsman (NOV 2012) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (NOV 2012) (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 Center/MAJCOM ombudsmen, [AIR FORCE TEST CENTER VICE COMMANDER, 1 SOUTH ROSAMOND BLVD, EDWARDS AIR FORCE BASE, CA 93524-3784, PHONE NUMBER (661) 277-2810, FACSIMILE NUMBER (661) 277-7593. 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) Offers are due at the Air Force Flight Test Center, Directorate of Contracting 5 South Wolfe Ave, Edwards Air Force Base, CA 93524, No later than Close of Business (COB) 14 APRIL 2014. Primary Point of Contact is Kim Rabatin, Contracting Officer, (kim.rabatin@edwards.af.mil ) C: 661-277-6044, regarding the solicitation. All responsible sources may submit a quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF4058B001/listing.html)
 
Place of Performance
Address: 307 East Popson Ave, BLDG 1400, RM 413, Edwards Air Force Base, CA 93524., EDWARDS, California, 93524, United States
Zip Code: 93524
 
Record
SN03321718-W 20140329/140327234332-ca17056a8105974d44d15544fa001133 (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.