Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2017 FBO #5608
SOLICITATION NOTICE

58 -- FLIR Wide Area Surveillance System - Statement of Work

Notice Date
3/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACM, 5222 Martin Road, Attn: VBII, Redstone Aersenal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
HQ0147-17-R-0017
 
Archive Date
4/20/2017
 
Point of Contact
Michaela Simmons, Phone: 256-450-3308, Elizabeth C. Hoshaw, Phone: (256) 450-3398
 
E-Mail Address
michaela.simmons@mda.mil, elizabeth.hoshaw@mda.mil
(michaela.simmons@mda.mil, elizabeth.hoshaw@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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. (ii) The solicitation number is HQ0147-17-R-0017. The solicitation is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) The NAICS code is 334511 and 1,250 employees. (v) A list of line item number(s) and items, quantities, and units of measure, (including option(s), if applicable). CLIN Quantity Unit Description 0001 7 Each Wide Area Surveillance System Argus Mx System, including: • Ranger® R2 Radar, Tan • Ranger® MS-UC • 2 Identical Power and Communications Enclosures o First Enclosure will contain FLIR specific equipment o Second Enclosure Shall include DIN Rail mounts, a 24-volt DC terminal strip, a ¾" to 1" port in the bottom for external antenna cables and a weatherized Ethernet switch. • Monopole with Radar Mount • Moveable Base • Battery Backup sufficient to power the FLIR equipment as well as the 24-volt terminal strip • Target Combination Software (TRaCS) • 12 Months Warranty 0002 6 Each Wide Area Surveillance System - Trenching and installation of 6 Strand Indoor/Outdoor Plenum Singlemode Interlock Armor Cable, SC to SC, 200 meters 0011 1 Each Command & Control System (C2) FLIR CommandSpace® Adaptive Command and Control System, including: • Cameleon TM Tactical C2 software with 12 months Premium Software Assurance • Requisite Licensing for: o 3 Laptop Clients o 7 Radars o 7 Tracking Cameras o TRaCS • Associated C2 hardware: o 1 Client Laptop with external monitor, keyboard and mouse o 2 Laptops (configured as spare units) o 1 Laptop Radar Server o 1 Laptop Cameleon Server • Network and infrastructure items including: o Ruggedized mobile rack o Ruggedized transit case o Network Switch o Fiber to Ethernet Transceivers 0021 1 Each Professional Services - IAW the Statement of Work FLIR Project Management, for entirety of project implementation 0022 1 Each Professional Services FLIR Site Survey & System Dismantles (includes travel and expenses to Poland and Romania) 0023 2 Each Professional Services - System Validation and Testing • One time on-site testing at AA PMRF (includes travel and expenses) • On-site testing at AA Poland (includes travel and expenses) 0024 1 Each Professional Services - System Integration and software modifications • Assist with the integration (includes physical connectivity and networking) of third party hardware • Lead development of software modifications to accept third party Tip and Queue Lead development of software modifications to allow reporting of all events to SPLUNK 0025 1 Each Professional Services - Factory Acceptance Test (FAT) 0026 1 Each Professional Services - Commissioning, & Site Acceptance Test (SAT) (includes travel and expenses to Poland) 0027 1 Each Professional Services -Training and Training Development (assumed performed on same trip as commissioning), including: Operator Training, Administrator Training and Maintenance Training 0028 1 Each Professional Services - Optimization (includes travel and expenses to Poland) 1001 Option 7 Each Professional Services - Two (2) Years of Extended Warranty for Argus Mx R2 Radar and DefendIR 45/135 for a total warranty period of three (3) years. 1002 Option 1 Each Professional Services - Two (2) Additional Years of Extended Premium Software Assurance for seven (7) Argus Mx Systems and associated Command and Control hardware and licenses. 2001 Option 7 Each Professional Services - Four (4) Additional Years of Extended Warranty for Argus Mx R2 Radar and DefendIR 45/135 for a total warranty period of five (5) years. 2002 Option 1 Each Professional Services - Four (4) Additional Years of Extended Premium Software Assurance for seven (7) Argus Mx Systems and associated Command and Control hardware and licenses. 3001 Option 1 Each Professional Services - FLIR Site Survey without System Removal (includes travel and expenses to Poland). (vi) Description of requirements for the items to be acquired. This is a sole source requirement for FLIR Detection Systems' tactical mobile Wide Area Surveillance System (WASS) and associated professional services in accordance with the attached Statement of Work. FLIR Detection Systems is currently being utilized at other sites and FLIR Detection Systems is the only source capable of providing compatibility with the existing WASS and Command and Control Operating System. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. The period of performance will be from date of award through three (3) years with one 1-year option. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Reserved. (x) Offerors to include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items - Alternate I, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable are hereby incorporated by reference: (1) 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); (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note); (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note); (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313); (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)); (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)); (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126); (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015); (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246); (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212); (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793); (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212); (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); (33) (ii) 52.222-50, Combating Trafficking in Persons - Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627); (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016); (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514); (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a); (51) 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); (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)); (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332); (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a); (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)); and (62) (i) 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). (xiii) The following FAR, DFARS and MDA clauses also apply: FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-3, Gratuities (Apr 1984); FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010); FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); FAR 52.204-2, Basic Safeguarding of Covered Contractor Information Systems (JUN 2016); FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000); FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) (DEVIATION 2015-02); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014); FAR 52.228-3, Workers' Compensation Insurance (Defense Base Act) (JUL 2014); FAR 52.252-6, Authorized Deviations in Clauses (APR 1984); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011); DFARS 252.203-7003, Agency Office of the Inspector General (DEC 2012); DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016); DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991); DFARS 252.211-7003, Item Unique Identification and Valuation (MAR 2016); DFARS 252.211-7007, Reporting of Government-Furnished Property (AUG 2012); DFARS 252.225-7000, Buy American--Balance of Payments Program Certificate-Basic (NOV 2014); DFARS 252.225-7020, Trade Agreements Certificate-Basic (NOV 2014); DFARS 252.225-7043, Antiterrorism/Force Protection for Defense Contractors Outside the United States (JUN 2015); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (MAY 2013); DFARS 252.239-7017, Notice of Supply Chain Risk (NOV 2013); DFARS252.239-7018, Supply Chain Risk (OCT 2015); DFARS 252.246-7008, Sources of Electronic Parts (OCT 2016) (xiv) Defense Priorities and Allocations System (DPAS) rating: DX-09 (xv) The Proposal is due 5 April 2017 by 4:00, CT, electronically to the Contracting Officer at Michaela.Simmons@mda.mil and the Contract Specialist at Elizabeth.Horshaw@mda.mil. (xvi) Email the Contracting Officer at Michaela.Simmons@mda.mil and the Contract Specialist at Elizabeth.Horshaw@mda.mil for information regarding the solicitation. Any inquires must be email and use the subject line "HQ0147-17-R-0017 FLIR Inquiries".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc6a2d2cc99fae59418fac5c331537ad)
 
Record
SN04453360-W 20170401/170330234854-bc6a2d2cc99fae59418fac5c331537ad (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.