SOLICITATION NOTICE
16 -- High Frequency Network Pilot Program
- Notice Date
- 5/2/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ14R0155
- Response Due
- 5/12/2014
- Archive Date
- 7/1/2014
- Point of Contact
- Leslie Duncan, 256-313-0438
- E-Mail Address
-
ACC-RSA - (Aviation)
(leslie.duncan@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 the Federal Acquisition Regulation System (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal is being requested and a written solicitation will not be issued. The combined synopsis/solicitation is being issued as a sole source request for proposal under solicitation number W58RGZ-14-R-0155. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 334511 with an associated small business size standard of 500. This procurement is being conducted pursuant to FAR 6.302-1 for other than full and open competition to Rockwell Collins, Inc., 400 Collins Road NE, Cedar Rapids, IA 52498-0505. The authority permitting other than full and open competition is U.S.C. 2304(c) (1), as implemented by FAR 6.302-1 entitled Only One or a Limited Number of Responsible Sources and No Other Type of supplies or services will satisfy agency requirements. The proposed acquisition requires the use of the authority cited based on the following: Rockwell Collins, Inc is the original equipment manufacturer and the only known source capable of providing the hardware and technical support required for this acquisition. This acquisition is firm-fixed-price. This requirement is to procure high frequency (HF) communications hardware, installation and initial user training at various locations, and provide technical support. New equipment ONLY, NO remanufactured products, and no grey market. All items must be covered by the manufacturer's warranty. REQUIREMENT DESCRIPTION: CLIN 0001: Remote Control Console (includes one (1) each NXU-2A), Part No: 987-9055-060, QTY: 10 each CLIN 0002: Network Extension Units (NXU-2A), Part No: 5041-200000, QTY:10 each CLIN 0003: High Frequency Data Modem, Part No: 822-1862-006, QTY: 1 each CLIN 0004: Installation and Initial User Training. One Field Service Engineer (FSE) to install one each RCC (includes one each NXU-2A at each of the U.S. Army Aviation Support Facilities (AASF) for integration onto the Cellular Over the Horizon Enforcement Network (COTHEN) and provide initial user training for up to 10 users. CLIN 0005: Telephone Technical Support, 120 hours Monday thru Friday during normal duty hours from 0900 to 1700 Central Standard Time (CST) for the period of performance of resultant contract. All shipping costs shall be included to destination. Packaging will be standard commercial packaging. The place of inspection/acceptance is origin and FOB destination. Period of performance is two years from date of award. A description of requirements for the items to be acquired, dates, and place(s) of delivery and acceptance are included in the statement of work (SOW). Provisions and clauses applicable to this acquisition are as follows: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 System for Award Management (SAM); FAR 52.212-1 Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items; 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; FAR 52.216-24 Limitation of Government Liability; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.228-5 Insurance-Work on Government nstallation; FAR 52.228-8 Liability and Insurance-Leased Motor Vehicles; FAR 52.232-33 Payment by Electronic Funds Transfer Contractor Central Registration; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, via Wide Area Workflow (WAWF); DFARS 252.232-7006 WAWF Payment Instructions. Proposal shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representation and Certifications-Commercial Item; DFARS 252.212-7000(b) Offeror Representation and Certifications-Commercial Item or certification that these have been completed online via Online Representations and Certifications application (ORCA) at http://www.bpn.gov/; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, and DFARS 252.235-7003 Frequency Authorization. Applicable clauses under FAR 52.212-5 are FAR 52.204-10, 52.222-3, 52.222-26, 52.222-36, 52.222-50, 52.233-3, 52.233-4, and 52.232-33. Other clauses may be included in the award if applicable. This solicitation requires registration with SAM prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The offeror shall provide a proposal for the supplies and services outlined in the SOW which is included as an attachment to this solicitation. The offeror's proposal must be signed, dated, and submitted electronically, no later than 3:30 p.m. (Central Standard Time) on 12 May 2014 to email address: leslie.a.duncan6.civ@mail.mil No telephone requests will be accepted. All responsible sources may submit an offer which shall be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/50ebf60c58e6f8e4344d9610ee22ae26)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03355657-W 20140504/140502234415-50ebf60c58e6f8e4344d9610ee22ae26 (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 |