Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SOLICITATION NOTICE

69 -- SFS Virtual Reality Training Simulator - Attachment 2: Quote Sheet - Attachment 1: Minimum Specifications

Notice Date
8/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-18-Q-0061
 
Archive Date
9/11/2018
 
Point of Contact
Tricia L. Esannason, Phone: 8439634551, Terry G. Harrelson, Phone: 8439635158
 
E-Mail Address
tricia.esannason@us.af.mil, terry.harrelson.1@us.af.mil
(tricia.esannason@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Minimum specifications for a security forces virtual reality training simulator. Quote response sheet for security forces virtual reality training simulator. COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) 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. Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-18-Q-0061 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, Dated 16 July 2018. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334111 with a 1,200 employee size standard. (v) Contractors shall submit a unit priced quote for a quantity of 2 Security Forces Squadron (SFS) Virtual Reality (VR) Training Simulator units (See Attachment 1), and may submit pricing for additives that the government may or may not choose to include in resulting award. (vi) FA4418-18-Q-0061 SFS VR Training Simulator on Joint Base Charleston, South Carolina. (See Attachment 2). (vii) FOB Destination. The Offeror shall provide onsite installation and shall be inspected as fully functioning prior to acceptance of the item. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. a. Offeror shall submit pricing utilizing the attached price sheet (Attachment 2). b. Offerors shall submit a demo displaying both real world and virtual world actions. c. Offerers submitting additives must submit separate individually priced list and descriptions. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Technical capability of the item offered to meet the Government's minimum requirement, technical is significantly more important than price. 2. Price - The Government will evaluate the total evaluated price of the offer, to include additives (if any) and associated prices. All offers will be evaluated and considered based on technical, price, and additives. All offerors will be initially ranked by price from lowest offer to highest offer. Starting with the lowest priced offer, the Government will evaluate the offerors technical informaiton and demo videos to determine technical acceptability. Technical accepatability will be determined on a pass/fail basis. The technical evaluation will determine if the offerors technical information supports the ability to provide a head mounted display with workstation/laptop that is fully operable within a 10' x 10' space allowing trainees to interact with characters and all other specifications stated in the Minimum Specifications. See Attachment 1 - Minimum Specifications. Additives of technically acceptable offers will be subjectively evaluated. Selected additives (if any) will be based on the mission training needs of the government. The system base price plus selected additives will be used to determine the total evaluated price. Price will be evaluated based on minimum specifications pricing plus pricing of selected additives (if any) for a total evaluated price. Selection will be based on the offer best meeting the needs of the government. The government reserves the right to award to other than the lowest price. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. (xiii) Terms and Conditions by Reference and Full Text  FAR 52.211-17, Delivery of Excess Quantities FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply:  FAR 52.222-21, Prohibition Of Segregated Facilities  FAR 52.222-22, Previous Contracts and Compliance Reports  FAR 52.222-26, Equal Opportunity  FAR 52.222-36, Equal Opportunity for Workers With Disabilities  FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.  FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiv)The following additional clauses are applicable to this procurement. 3 FAR 52.204-23 FAR 52.204-7, System for Award Management FAR 52.211-17, Delivery of Excess Quantities FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post Award Small Business Representation DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.225-7000, Buy American Act (BAA) - Balance of PaymentsProgram Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests andReceiving Reports (Except as provided in paragraph (c) of this clause, theContractor shall submit payment requests and receiving reports using WAWF, inone of the following electronic formats that WAWF accepts: Electronic DataInterchange, Secure File Transfer Protocol, or World Wide Web input.Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.The WAWF routing information will be provided upon award.) DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101 OMBUDSMAN (a)An ombudsman has been appointed to hear and facilitate the resolution ofconcerns from offerors, potential offerors, and others for this acquisition.When requested, the ombudsman will maintain strict confidentiality as tothe source of the concern. The existence of the ombudsman does not affectthe authority of the program manager, contracting officer, or sourceselection official. Further, the ombudsman does not participate in theevaluation of proposals, the source selection process, or the adjudicationof protests or formal contract disputes. The ombudsman may refer theinterested party to another official who can resolve the concern. (b)Before consulting with an ombudsman, interested parties must firstaddress their concerns, issues, disagreements, and/or recommendations tothe contracting officer for resolution. Consulting an ombudsman does notalter or postpone the timelines for any other processes (e.g., agency levelbid protests, GAO bid protests, requests for debriefings, employee- employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf>competition performance decisions). (c)If resolution cannot be made by the contracting officer, the interested partymay contact the ombudsman, Ms. Susan Madison, AFICA OL AMC, 507Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues,disagreements, and recommendations that cannot be resolved at theCenter/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may bebrought 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) 256-2395, facsimile number (571) 256-2431. (d)The ombudsman has no authority to render a decision that binds theagency. (e)Do not contact the ombudsman to request copies of the solicitation, verifyoffer due date, or clarify technical requirements. Such inquiries shall bedirected to the Contracting Officer. (End of clause)  AFFARS 5352.223-9001, Health and Safety on Government Installations  AFFARS 5352.242-9000, Contractor Access to Air Force Installations  Defense Priorities and Allocation System (xv) Response to this combined synopsis/solicitation must be received via email, mail, or delivery by 27 August 2018 no later than 8:00 AM Eastern Standard Time. Requests should be marked with solicitation number FA4418-18-Q-0061. (xvi) Address questions to Tricia L. Esannason,Contract Specialist, at (843) 963-3327, email tricia.esannason@us.af.mil or Terry Harrelson, Contracting Officer, Phone (843) 963-5158, email terry.harrelson.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-Q-0061/listing.html)
 
Place of Performance
Address: 628th SFS/JR4, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN05032189-W 20180812/180810231146-7c53927b3ed2423ff69d66ddf0534d3b (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.