Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2015 FBO #4992
SOLICITATION NOTICE

66 -- Wave Glider SV3 or Equal

Notice Date
7/23/2015
 
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 Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-15-Q-8016
 
Archive Date
9/8/2015
 
Point of Contact
Rebecca C. Hoppe, Phone: 8508820335
 
E-Mail Address
rebecca.hoppe@us.af.mil
(rebecca.hoppe@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The AFTC/PZIOAD, Operational Contracting Office, Eglin AFB, FL, intends to solicit and award a firm-fixed price contract for four (4) Liquid Robotics Wave Glider SV3 or Equal autonomous surface vehicles. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Commercial Items 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. This is Request for Quotation numbered FA2823-15-Q-8016. The North American Industry Classification System (NAICS) code for this acquisition is 334511 with a size standard of 750 employees. Please identify your business size in your response based upon this standard. This procurement is 100% set-aside for small business concerns. In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the responsible offeror whose quote, conforming to the solicitation, provides the lowest evaluated price for a product meeting or exceeding the acceptability standards set forth in the specifications. Notice to Offerors/Suppliers: Funds are not presently available for this contract. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 1. Requirement: CLIN 0001: Liquid Robotics Wave Glider SV3 or Equal autonomous surface vehicle, QTY: 4 EA. Minimum Technical Requirements/Salient Characteristics: •· Safety: •o Emergency Location: Shore-activated light or beacon and redundant RF communications to allow persistent tracking at all times via Iridium RUDICS or similar satellite communication capability •o Health Sensors: Pressure and temperature sensors need to be available in dry boxes. Dry boxes &/or payload bays need to be protected from water intrusion and monitored for water intrusion as to not damage installed test instrumentation. In the event of a dry box/payload bay failure, a warning message must be transmitted to allow rapid response to the issue. •o Hazard avoidance in response to Automatic Identification System (AIS) traffic •· General: •o Endurance: Capable of operating at least 10 months without physical intervention •o Speed: Sustained 2 to 3 kts while allowing maneuverability of the platform. •o Depth Rating: Continuous operation in wash and spray with brief submergence to 5ft - essentially must be able to operate continuously exposed open ocean(gulf) environment as well as being able to survive being submerged, in cases of bad weater/storms/hurricanes •o Observability: Minimal visual/radar signature but with optional flag and marker lights •o Size: Overall platform (shippable to test locations, but not to exceed 20 ft in length) •o Weight:; Overall platform should not exceed 1,200 lbs •o Operation and Navigation: Must be able to Operate in a minimum water depth of 20 ft •o Available annual maintenance and refurbishment from vendor •o Modularity: Support both a 'clean' deck configuration and mast mounted instrumentation (e.g. IR beacon, strobe, antenna, camera) via removable and configurable masts with an ability to tow instrumentation packages •· Payload: •o Payload Weight: at least 100 lb •o Payload Volume: 3 cf total volume needed. Payload may be split into two bays to meet the 3 cf need •· Navigation: •o GPS: High precision differential 2-8cm •o AIS Receiver •o Navigation: Accuracy to within 10 ft CEP50 •o Station Keeping: 150 ft radius CEP90 •o Navigation and station keeping - programmable waypoint course, follow course, and hold/loop •o Independent and active controllability •· Power: •o Continuous Power: At least 20W •o Battery Storage: At least 4 kWh •o Solar Connection rate: At least 120 W/hour •· Communications: Ability to have constant communication with a shore based control station as well as multiple communications paths to serve as redundant methods of communication •o Satellite: Iridium RUDICS or similar satellite communication capability •o Cellular: GSM capable •o Local: 802.11 b/g/n capable •· Operation: •o Mission Control: Chart based GUI with waypoint and course generation Status/Location •o Monitoring: Programmable inclusion and exclusion zones •o Visibility: visible and min-vis capable In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Quoted price should explicitly include delivery terms and remain valid through 30 September 2015. In accordance with FAR provision 52.247-45, offers are invited on the basis of both FOB-Destination and FOB-Origin, and the Government will award on the basis the Contracting Officer determines to be most advantageous to the Government. Delivery is required within 120 days ARO. Expedited delivery schedules accepted and encouraged. Quoted prices must be in US Dollars. The following provisions and clauses are incorporated by reference in this notice and are those in effect through Federal Acquisition Circular 2005-83 effective 02 July 2015. The following provisions and clauses are applicable: • FAR 52.203-3, Gratuities (APR 1984) • FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) • FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) • FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) • FAR 52.204-7, System for Award Management (JUL 2013) • FAR 52.204-13, System for Award Management Maintenance (JUL 2013) • FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) • FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (DEC 2014) • FAR 52.211-6, Brand Name or Equal (AUG 1999) • FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014) • FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) • FAR 52.247-29, F.O.B. Origin (FEB 2006) • FAR 52.247-34, F.O.B. Destination (NOV 1991) • FAR 52.247-45, F.O.B.- Origin and/or F.O.B.- Destination Evaluation (APR 1984) • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) • DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies (DEC 2008) • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) • DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) • DFARS 252.204-7004, Alternate A, System for Award Management (FEB 2014) • DFARS 252.204-7011, Alternative Line Item Structure (SEP 2011) • DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013) • DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (FEB 2014) • DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law • DFARS 252.209-7999, Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law • DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) • DFARS 252.225-7001- Buy American Act and Balance of Payments Program (NOV 2014) • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2012) • DFARS 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) • DFARS 252.226-7001, Utilization of Indian Organizations, Indian Owned Economic Enterprises, And Native Hawaiian Small Business Concerns (SEP 2004) • DFARS 252.232-7003, Electronic Submission of Payment Requests (JUN 2012) • DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) • DFARS 252.243-7002, Request for Equitable Adjustment (DEC 2012) • DFARS 252.244 -7000, Subcontracts for Commercial Items (JUN 2013) • DFARS 252.246-7000, Material Inspection and Receiving Report (MAR 2008) • DFARS 252.247-7023, Transportation of Supplies by Sea (APR 2014) Many of the following clauses and provisions require contractor responses to be submitted with the solicitation. Please review the full text at http://farsite.hill.af.mil to determine what actions are required to comply with the solicitation: • 52.209-7 - Information Regarding Responsibility Matters (JUL 2013), applies to this acquisition. Please return response to (b) with quote. • 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (MAR 2015), applies to this acquisition. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. • 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2015), applies to this acquisition, to include the following additional FAR clauses: • 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). • 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). • 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). • 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). • 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). • 52.219-28, Post Award Small Business Program Rerepresentation (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 (Apr 2015). • 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). • 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). • 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). • 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). • 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). • 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). • 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). • 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). • FARS 52.252-2 - Clauses Incorporated by Reference (FEB 1998), applies. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act 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. (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) • DFARS 252.211-7003 Item Unique Identification and Valuation (DEC 2013), applies to this acquisition. Please review the full text at http://farsite.hill.af.mil for information on IUID requirements. • DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (MAY 2013), applies. WAWF information will be entered into resulting contract. • AFFARS 5352.201-9101, Ombudsman (C): (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/DRU or AFISRA ombudsmen, Col Evan C. Dertien, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, 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 or ARISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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) • AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086 ) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) Please provide a responses to clause DFARS 252.209-7999 and provisions FAR 52.209-7 and 52.212-3 with your quotation. Vendors must be registered in System for Award Management (www.sam.gov) with NAICS 334511 before award can be made. Any questions regarding this posting must be sent via email to Rebecca Hoppe at rebecca.hoppe@us.af.mil no later than 04:00 P.M. Central Daylight Time on 12 AUG 2015. All quotes must be received via email to Rebecca Hoppe at rebecca.hoppe@us.af.mil no later than 02:00 P.M., Central Daylight Time on 24 AUG 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a6bcdd89ff2b2b68e72915a91f84d75e)
 
Place of Performance
Address: 505 N. Florida Avenue, Bldg. 33, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03807657-W 20150725/150723235043-a6bcdd89ff2b2b68e72915a91f84d75e (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.