Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
SOLICITATION NOTICE

70 -- ARINC 818 SWITCHES AND CONVERTERS - Purchase Description

Notice Date
1/31/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QCCM8004A001
 
Point of Contact
Tonishia Bedford Smith, Phone: 4789265126
 
E-Mail Address
tonishia.bedford-smith@us.af.mil
(tonishia.bedford-smith@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ F3QCCM8004A001 Purchase Description SOLICITATION F3QCCM8004A001 is issued as a request for quotation (RFQ) 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 issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCMM8004A001. This solicitation will be solicited sole source to Great River Technology. This will be a firm-fixed price award. SMALL BUSINESS SIZE STANDARD (a) NAICS: 334111 (b) No. of Employees: 1,250 Employees (c) Dollars: N/A OEM: Great River Technology 4910 Alameda Blvd NE Albuquerque, NM 87113-1472 CAGE Code: 1VHV8 Business Size: Small Business (NAICS Code: 334111) Justification for Sole Source Only: The MC130J SOF EISE lab simulates US Air Force Line Replaceable Units (LRUs) to develop operational flight programs. The lab equipment must exactly match the fielded aircraft parts, which were manufactured by Great River Technology,Inc. (GRT). While the ARINC 818 protocol is not proprietary, due to the specific configuration and limited install base, only GRT provides a 100-percent-compatible solution. GRT manufactures all of the 818 processors and protocols used by the MC-130J Special Mission Processors (SMPs), MC-130J Video Display Terminals (VDTs), AC-130J Precision Strike Package (PSP) high definition display monitors, and the AC-130J SMPs. The 580th SMXS is the Software Maintenance Depot for the MC-130J and AC-130J SMPs, and as such must support the communication protocols with the highest degree of accuracy. No alternatives could stimulate and receive the SMP 818 communication bus sufficiently to pass an airworthiness Formal Qualification Test (FQT) of the Operational Flight Program (OFP) to allow for official airborne flight-test. Only the GRT equipment sought will maintain configuration control with the lab's existing test equipment and with the fielded equipment the lab supports. REQUIREMENT: Purchase of ARINC 818 test equipment manufactured to include all necessary hardware and attachments IAW attached Purchase Description. Option for four (4) 12-month extended warranty for all items to begin upon expiration of the basic warranty. CLIN/ Part Number/ Description/ Qty 0001 SPIDER_A818-10-2X 10X10 Rack Mount Switch, 2.125Gbps Link Rate, ICD Independent 8 0002 HS-A8-DF-O8-2X-DR-C130X24C HS_SAM DVI to ARINC 818 Converter, Firmware 2520 4 0003 HS-A8-FD-O8-2X-DT-C130X24C HS_SAM ARINC 818 to DVI Converter, Firmware 2520 1 0004 PA-A8-44-O8-2X-00 Pantera 4-Port Switch, 2.125Gbps Link Rate, ICD Independent 1 0005 MX-E4-A8-O8-2X-DR-C130X24C Matrix DVI to ARINC 818 Converter, Firmware 100A 1 0006 MX-E4-A8-O8-2X-DT-C130X24C Matrix ARINC 818 to DVI Converter, Firmware 100A 1 0007 MX-SW-SD-A8-WN Matrix Windows Software Development Kit 1 1001 Option I - Extended Warranty Extended Warranty for PN: SPIDER_A818-10-2X. Option may be exercised on or before the last day of BASIC Warranty coverage. 1 1002 Option I - Extended Warranty Extended Warranty for HS-A8-DF-O8-2X-DR-C130X24C. Option may be exercised on or before the last day of BASIC Warranty coverage. 1 1003 Option I - Extended Warranty Extended Warranty for HS-A8-FD-O8-2X-DT-C130X24C. Option may be exercised on or before the last day of BASIC Warranty coverage. 1 1004 Option I - Extended Warranty Extended Warranty for PA-A8-44-O8-2X-00. Option may be exercised on or before the last day of BASIC Warranty coverage. 1 1005 Option I - Extended Warranty Extended Warranty for MX-E4-A8-O8-2X-DR-C130X24C. Option may be exercised on or before the last day of BASIC Warranty coverage. 1 1006 Option I - Extended Warranty Extended Warranty for MX-E4-A8-O8-2X-DT-C130X24C. Option may be exercised on or before the last day of BASIC Warranty coverage. 1 2001 Option II - Extended Warranty Extended Warranty for SPIDER_A818-10-2X. Option may be exercised on or before the last day of Annual Option I. 1 2002 Option II - Extended Warranty Extended Warranty for HS-A8-DF-O8-2X-DR-C130X24C. Option may be exercised on or before the last day of Annual Option I. 1 2003 Option II - Extended Warranty Extended Warranty for HS-A8-FD-O8-2X-DT-C130X24C. Option may be exercised on or before the last day of Annual Option I. 1 2004 Option II - Extended Warranty Extended Warranty for PA-A8-44-O8-2X-00. Option may be exercised on or before the last day of Annual Option I. 1 2005 Option II - Extended Warranty Extended Warranty for MX-E4-A8-O8-2X-DR-C130X24C. Option may be exercised on or before the last day of Annual Option I. 1 2006 Option II - Extended Warranty Extended Warranty for MX-E4-A8-O8-2X-DT-C130X24C. Option may be exercised on or before the last day of Annual Option I. 1 3001 Option III - Extended Warranty Extended Warranty for SPIDER_A818-10-2X. Option III may be exercised on or before the last day of Annual Option II. 1 3002 Option III - Extended Warranty Extended Warranty for HS-A8-DF-O8-2X-DR-C130X24C. Option III may be exercised on or before the last day of Annual Option II. 1 3003 Option III - Extended Warranty Extended Warranty for HS-A8-FD-O8-2X-DT-C130X24C. Option III may be exercised on or before the last day of Annual Option II. 1 3004 Option III - Extended Warranty Extended Warranty for PA-A8-44-O8-2X-00. Option III may be exercised on or before the last day of Annual Option II. 1 3005 Option III - Extended Warranty Extended Warranty for MX-E4-A8-O8-2X-DR-C130X24C. Option III may be exercised on or before the last day of Annual Option II. 1 3006 Option III - Extended Warranty Extended Warranty for MX-E4-A8-O8-2X-DT-C130X24C. Option III may be exercised on or before the last day of Annual Option II. 1 4001 Option IV - Extended Warranty Extended Warranty for SPIDER_A818-10-2X. Option IV may be exercised on or before the last day of Annual Option III. 1 4002 Option IV - Extended Warranty Extended Warranty for HS-A8-DF-O8-2X-DR-C130X24C. Option IV may be exercised on or before the last day of Annual Option III. 1 4003 Option IV - Extended Warranty Extended Warranty for HS-A8-FD-O8-2X-DT-C130X24C. Option IV may be exercised on or before the last day of Annual Option III. 1 4004 Option IV - Extended Warranty Extended Warranty for PA-A8-44-O8-2X-00. Option IV may be exercised on or before the last day of Annual Option III. 1 4005 Option IV - Extended Warranty Extended Warranty for MX-E4-A8-O8-2X-DR-C130X24C. Option IV may be exercised on or before the last day of Annual Option III. 1 4006 Option IV - Extended Warranty Extended Warranty for MX-E4-A8-O8-2X-DT-C130X24C. Option IV may be exercised on or before the last day of Annual Option III. 1 Delivery: All items must be delivered 12 weeks After Date of Order (ARO) - early delivery is acceptable Quantity: 17 Unit of issue: Each Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Proposal Submission Information: All questions concerning this requirement must be submitted in writing via email at least five working days prior to the closing date. The questions should be sent directly to Tonishia Bedford-Smith at tonishia.bedford-smith@us.af.mil. Quotations should be emailed to Tonishia Bedford-Smith (tonishia.bedford-smith@us.af.mil) no later than Thursday, 8 February 2018, 1:00 pm EST. The anticipated award date is 19 March 2018. Please do not request award status prior to this date. Notice to Offerors: 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. All current and/or future information about this acquisition will be distributed through FedBizOpps. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up to date information regarding this solicitation. The following clauses are applicable to subject solicitation (current through 2005-96 dated 06 November 2017 and DFARS Change Notice 20171228): FAR 52.204-7 System for Award management FAR 52.204-13 System for Award Management Maintenance FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items: Fill -in: Price FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vmfara.htm http://farsite.hill.af.mil/vmdfara.htm http://farsite.hill.af.mil/vmaffara.htm FAR 52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the regulation (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252-204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF is the method used by DoD for processing invoices/receiving reports.) DFARS 252.232-7010 Levies on Contract Payments AFFARS 5352.201-9101 Ombudsman - Ms. Kimberly McDonald (kimberly.mcdonald@us.af.mil) IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (NOV 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) _X___ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment 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 an 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; and (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) Exhibit/Attachment Table of Contents: DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 Purchase Description 1 13 October 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM8004A001/listing.html)
 
Place of Performance
Address: 580th SMXS / Flt J, 280 Byron St., Bldg 229E, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN04805503-W 20180202/180131231300-11c12b09e7a890d918b2a5c16bbf22a3 (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.