Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2014 FBO #4548
SOLICITATION NOTICE

59 -- Portable Advanced Nano Digital Acquisition (PANDA). A Portable Remotely Operated High Precision Optical Tracking System. - PANDA Documents

Notice Date
5/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D1F33227AC01
 
Archive Date
7/9/2014
 
Point of Contact
Marion R. Neal, Phone: 8056057040, Sean W Kennedy, Phone: 805-606-6966
 
E-Mail Address
marion.neal@us.af.mil, sean.kennedy@us.af.mil
(marion.neal@us.af.mil, sean.kennedy@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quotation Response Form Requirements and Statement of Work (PWS/SOW) 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; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D1F33227AC01. Submit written offers IAW CLIN structure outlined below in this announcement. Quote template sheet is attached to this solicitation. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). The evaluation of offers will be conducted following the Simplified Acquisition Procedures outlined in FAR Subpart 13.106-2 using price and other factors. Specifically, Technical Acceptability, Past Performance and Price will be evaluated. The Technical Acceptability of the offeror's solution will be assessed on the basis of "pass" or "fail" based upon meeting the minimum requirements of paragraph 4. Requirements in the PWS. All offers receiving a "pass" for Technical Acceptability will then be reviewed for Past Performance. The Past Performance of offerors will be assessed on the basis of "pass" or "fail" based upon the absence ("pass") or presence ("fail") of disqualifying data (debarment, suspension, unpaid tax liabilities, repetitive negative performance) in reports available from PPIRs and SAM. All technically acceptable offers receiving a "pass" for Past Performance will be evaluated on Price. Price will be assessed on the basis of affordability and value related to technical performance parameters exceeding the minimum requirements. Note that this Best Value determination may result in award to other than the lowest priced technically acceptable offeror if the Government determines a superior technical solution is affordable and the value of the superior performance is judged to be worth the additional cost. The Government will consider the following technical capability factors to determine the Best Value: •1. Portability (Mount Weight). Based upon the weight in pounds of the servo mount and hardware. •a. The desired servo mount will be 150 pounds or less (PWS paragraph 4). A trailer cannot be towed by a vehicle or manually pulled to the anticipated collection sites, so a lightweight mount that can be carried by no more than 2 people is desired (maximum of 75 pounds per person). A lighter servo mount is preferred over a heavier servo mount. •b. The weight of any platform supporting the servo mount can be considered separately if the two pieces are easily disassembled and can be easily reassembled in the field. This support platform, if detachable, cannot exceed 150 pounds. A lighter support platform is preferred over a heavier support platform. •2. Integration Approach. Based upon a risk assessment of the vendor's description of their integration and testing approaches. •a. The vendor's integration and testing approach will be reviewed to ensure all of the interfaces will be identified and tested to ensure they operate properly. The integration approach will be reviewed to ensure the contractor accounts for integration of each component in a manner that supports quick identification and resolution of potential interface problems. Approaches that do not address all of the significant interfaces between major commercial components are less desirable than plans that do address all of the significant interfaces. •b. Exhaustive test procedures are not required, but the Government needs reasonable assurance the system will operate as intended (PWS paragraph 6). Test approaches that provide a reasonable assurance that all of the required functionality exists are more desirable than approaches that do not address all of the functionality identified in the PWS. •3. Elevation Acceleration. Determined by rate expressed in degrees per second squared. •a. The servo mount must be able to accelerate at a rate of 100 degrees per second squared in elevation with a nominal payload. A higher acceleration rate is preferred over a lower acceleration rate (PWS paragraph 4). •4. Azimuth Acceleration. Determined by rate expressed in degrees per second squared. •a. The servo mount must be able to accelerate at a rate of 100 degrees per second squared in azimuth with a nominal payload. A higher acceleration rate is preferred over a lower acceleration rate (PWS paragraph 4). •5. Remoting Distance. Based upon line of site under optimum conditions. •a. Manufacturer's specifications for any commercial microwave radios or similar devices used for transmitting remote control commands will be used to determine the whether or not the proposed system is likely to support the 50 mile remote control requirement (PWS paragraph 4). A greater remote control distance is preferred to a shorter remote control distance. •b. Manufacturer's specifications for any commercial microwave radios or similar devices used for transmitting data, images or video will be used to determine the whether or not the proposed system is likely to support the 300 Mbps transmission requirement (PWS paragraph 4). A higher data transmission rate is preferred to a lower data transmission rate. •6. Payload Capacity. Determined by the manufacturer's specification for the maximum payload limits. •a. The servo mount must be able to support a payload of at least 200 pounds. A higher payload capacity is preferred to a lower payload capacity if the servo mount can still maintain the required accuracy and performance (elevation and azimuth acceleration rates) requirements. •7. Positional Resolution Accuracy. Determined by the manufacturer's specification. •a. Higher positional accuracy is preferable to lower positional accuracy. •8. Commonality with other Range Systems / Software. Count of new user interface/support requirements. •a. Argus software is currently used to support other range systems (PWS paragraph 4) and the Government seeks to minimize the number of unique training and support requirements. Each new type of man-machine interface or new support requirement introduced by the contractor's proposal will be counted. A lower count is preferred to a higher count. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72 and DFARS DPN 2014021. Both the North American Industrial Classification Standard (NAICS) 334511 and a Small Business Size Standard of 750 Employees apply to this procurement. Project Number: F4D1F33227AC01 Project Title : Portable Advanced Nano Digital Acquisition (PANDA) A Portable Remotely Operated High Precision Optical Tracking System •1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation. Offerors must provide a price for a turn-key system as described in the attached Statement of Work. •2. Quotes shall be valid through 9/30/2014. •3. Please reference the Statement of Work for detailed description of requirements. •4. All questions or comments must be provided to the Contract Specialist (CS) and the Contracting Officer (CO) in writing via email NLT 19 May 2014. Answers will be posted NLT 25 May 2014. Telephone and other means of oral communication will not be permitted. CS is M. Ray Neal, Marion.Neal@us.af.mil; CO is Sean Kennedy, Sean.Kennedy@us.af.mil. The contract will be Firm Fixed Price with the CLIN structure reflected below. The period of performance shall not exceed one year (52 weeks) following contract award. CLIN 0001 - PANDA System (Not Separately Priced) CLIN 0002 - PANDA System Hardware - Qty: 01 - U/I: Each CLIN 0003 - Integration and Testing - Qty: 01 - U/I: Job CLIN 0004 - Critical System Spares - Qty: 01 - U/I: Each The following clauses are incorporated by reference in the final award: 52.203-3 Gratuities 52.203-6, Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 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 Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-3 Hazardous Material Identification And Material Safety Data 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.227-14 Rights in Data - General 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 52.242-15 Stop-Work Order 52.245-1 Government Property 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004, Alt A Alternate A, System for Award Management 252.204-7006 Billing Instructions 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act And Balance of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7010 Levies on Contract Payments 252.225-7012 Preference For Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances The following clauses are incorporated by full text in the final award: 52.212-5 (Deviation) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (b)(1)(ix): N/A 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1)) Fill-in Text: (c)(1)(ii): Not Applicable 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman Fill-in Text: (c): AFICA/ KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b): No Additional Items (c): AFI 31-101, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel The following provisions are incorporated by reference in this solicitation : 52.204-7 System for Award Management 52.212-1 Instructions to Offerors - Commercial Items 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran -- Certification 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): 1. Technical Acceptability 2. Past Performance 3. Price The Government will consider the following technical capability factors to determine the Best Value: 1. Portability (Mount Weight) 2. Integration Approach 3. Elevation Acceleration 4. Azimuth Acceleration 5. Remoting Distance 6. Payload Capacity 7. Positional Resolution Accuracy 8. Commonality with other Range Systems / Software Technical and past performance, when combined, are slightly more important, when compared to price. 52.212-3, Alt I Offeror Representations and Certifications - Commercial Items 52.233-2 Service of Protest 52.252-1 Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions The following provision is incorporated by full text in this solicitation and must be completed and submitted with your proposal: 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-000009) (Feb 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is[ ] is not[ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is[ ] is not[ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award. All quotes should be good through 9/30/2014. Quotes must be sent to M. Ray Neal, marion.neal@us.af.mil no later than 4:00 PM PST on 9 June 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D1F33227AC01/listing.html)
 
Place of Performance
Address: 1515 Iceland Avenue, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN03358315-W 20140508/140506234824-1549e4a967d7fa333b0dcff55763c1d6 (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.