Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

20 -- Autonomous Underwater Vehicle (AUV) - MInimal Technical Requirements

Notice Date
7/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
DJF-17-1200-PR-0005766B
 
Archive Date
8/12/2017
 
Point of Contact
eliana york, Phone: 703-632-8067
 
E-Mail Address
eliana.york@ic.fbi.gov
(eliana.york@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
Minimal Technical Requirements PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE PUBLISHED. 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 written solicitation will not be issues. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. The solicitations number is DJF-17-0700-PR-0005766B and is issued as a Request for Quote (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 336611 Ship Building and Repairing, with a small business size standard of 1,000 employees. The resultant contract will be a Firm-Fixed Price (FFP) contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. This requirement will be awarded as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. Technical Requirements: The Federal Bureau Investigation (FBI, Laboratory Division (LD), Underwater Search Evidence Response Team (USERT) has a need to procure one (1) IVER3 Autonomous Underwater Vehicle (AUV) for mission support. The IVER3 AUV can perform survey and target localization missions, and requires very little infrastructure and support to operate. The AUV is small enough to be carried by one individual, it can operate to depths of 100 meters, operate for up to eight (8) hours) before needing to be recharged and its hull sections can be quickly separated for reconfiguration, maintenance and/or shipping. The AUV will assist USERT in fulfilling its mission of underwater evidence collection, and provide USERT with an automated sonar, photography, and vide platform for consistent scans when conditions prevent successful use of traditional side scan sonar or Remote Operated Vehicle operations, since current sonar systems require to be tethered to a boat. The requested AUV will enable USERT to map debris field as part of an underwater post-blast or transportation accident in addition to search and recovery, and will minimize the time that a diver has to be submerged in the water. Minimum technical requirements are listed in the attached file. Shipping: Deliveries under this order shall be FOB destination. Additional requirements: Procurement of the AUV shall include delivery, and a three-day onsite training course in the operation and maintenance of the AUV. It shall also include standard upgrade of mapping and GPS software as required. The vendor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Government rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of the AUV provided to the Government by the vendor. FAR clauses and provision applicable to this acquisition can be obtained from the website http://www.acqnet.gov Questions: Interested Offerors must submit any questions concerning this solicitation at the earliest time possible to enable the Buyer to respond. Questions may be submitted to the attention of Eliana York at Eliana.york@ic.fbi.gov no later than 5:00 PM EST, Friday, 21 July, 2017. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2015). The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2016). FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (MAR 2016) will apply: (a); (b); 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.232-33. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by e-mail to Eliana York, Contracting Officer, at Eliana.york@ic.fbi.gov, no later than 5:00 PM EST, Friday 28 July, 2017. Quotes shall be clearly marked RFQ DJF-17-0700-PR-0005766B. Offerors are hereby notified that if quotes are not received by the date, time and location specified in this announcement, they will not be considered. Telephone requests will not be allowed. All offers must be valid for 60 calendar days from the closing date for this solicitation Quotes must include pricing and product description referencing the minimal technical requirements. Quotes may be sent via company standard quotation form but must include the following information: Tax ID#, DUNS#, Cage Code #, Point of Contact with e-mail address and telephone information. Evaluation criteria: Award will be made based upon a best value criteria. The Government seeks to award to the Offeror who gives the FBI the greatest confidence that its solution will best meet, or exceed, the requirements. This may result in an award to a higher rated, higher priced Offeror, where the decision reasonably determines that the technical superiority of the higher price Offeror outweighs the price difference. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. The FBI is utilizing a new financial system that has a direct interface with SAM. If any current FBI vendor data conflicts with SAM data, the information contained in SAM may override the Bureau current information. The Offeror's information in SAM must be updated and accurate, and shall include Tax ID#, EFT, DUNS#, address and contact information. The EFT banking information on file in SAM will be used to process payment to vendors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-17-1200-PR-0005766B/listing.html)
 
Record
SN04588515-W 20170722/170720235307-e9adeb367bbdf3a7c4e2548deea0db8d (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  © 1994-2020, Loren Data Corp.