SOLICITATION NOTICE
66 -- Narcotic and Explosive Detection Desktop System - COMBO Synopsis/Solicitation
- Notice Date
- 9/16/2019
- 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 Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- FA487719QU202
- Archive Date
- 10/5/2019
- Point of Contact
- Juan Sanchez, Phone: 5202282377, Juan Sanchez, Phone: 5202282377
- E-Mail Address
-
juan.sanchez.35@us.af.mil, juan.sanchez.35@us.af.mil
(juan.sanchez.35@us.af.mil, juan.sanchez.35@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Please see attached limited sources justification and approval document. Please see attached solicitation document: FA487719QU202. COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Narcotic and Explosive Detection Desktop System (i) 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; proposals are being requested and a written solicitation will not be issued. The following AFFARS clause is applicable to this solicitation: Availability of Funds (Apr 1984) "Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer." -End of clause. **This solicitation, and the associated justification and approval document-delineating the use of Limited Sources Available for Competition, is being administered and published in accordance with FAR 6.302-1(a)(2) and 6.302-1(b)(i)(ii). The decision to limit sources has been determined applicable, by the Contracting Officer, after thorough deliberation with the technical team involved directly with this proposed acquisition, which stated, and gave adequate evidence to support, that, according to Naval Surface Warfare Center Indian Head Explosive Ordinance Disposal Technology Division (NSWC IHEODTD), only approved Explosive Detection Equipment can be purchased by the Department of the Air Force (ii)Solicitation FA4877-14-Q-U202 is hereby issued as a Request for Quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 Item I effective 10 September 2019, Defense Procurement Notice 20190820, and Air Force Acquisition Circular 2018-0525 effective 25 May 2018. (iv)This acquisition is reserved for total small business concerns with an associated North American Industrial Classification System (NAICS) code of 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a small business size standard of 1,250 employees. (v) The Government intends to award a firm-fixed priced contract for the following: CLIN: 0001 [Qty. 2: EACH] - Desktop Explosive and Narcotic Trace Detection Device and accessories *or equivalent Extended Description: a.Provide two (2) desktop explosive/narcotic detection devices that utilize Ion Mobility Spectrometry (IMS) -Requesting based technology, no radioactive source, and no calibration requirements b.Sampling Type and Threat: -Desktop explosive/narcotic trace detection device must be able to trace particulate. -Must have ability to detect military, conventional, homemade, and liquid explosive, and common illegal/controlled narcotics types c.Explosive Detection Compounds: -The desktop explosive/narcotic detection device must be able to detect the following explosive compounds (at a minimum): Trinitrotoluene (TNT), RDX, HMX, Tentaerythritol tetranitrate (PETN), Nitroglycerin (NG), Ethylene glycol dinitrate (EGDN), Composition B (Comp B), Composition C-4 (C-4), SEMTEX, Detasheet, Ammonium Nitrate (AN), Ammonium Nitrate Fuel Oil (ANFO), Black Powder (BP), Urea Nitrate (UN), Potassium Nitrate, Tricetone Triperoxide (TATP), and Hexamethylene triperoxide diamine (HMTD) d.Narcotic Detection Compounds: -The desktop explosive/narcotic detection device must be able to detect the following narcotic compounds (at a minimum): Amphetamine, cocaine, heroin, ketamine, MDMA, methamphetamine, buprenorphine, THC, fentanyl, carfentanyl, W-18 e.Start-Up Time (at a minimum): -The handheld explosive detection device must be able to start under 10 minutes from cold start and 8 seconds from power saving sleep time f.Analysis Response/Result Time (at a minimum): -The desktop explosive/narcotic device must be able to produce exact results within 8-12 seconds with exclusive real-time detection capability when analyzing required particulates and vapors g.The desktop explosive/detector device must have a tamper proof case and contain an internal automatic self-calibration ability and no hazardous parts h.Power Capability: -The desktop explosive/narcotic detection device must have swappable Lithium Ion battery capability for at least 1 hour full operation, hot swappable for extended operating time. -The system must have the ability to charge the battery while running on AC power Auxiliary Battery adapter components -Wall adapter must meet 100-240V, 50 to 60 Hz, AC input requirements at a minimum i.Desktop explosive/narcotic device must have multiple USB port capable of supporting an external printer j.Requested the desktop explosive/narcotic detection device will weight no more than 11.5kg/25.4 lbs with battery weight in total k.Desktop unit must have a minimum 9" high resolution, anti-reflective color touch screen for readability in all operating environments and storage capacity to for up to 250,000 samples l.The desktop explosive/narcotic device must be able to withstand and perform at 14 to 122 degrees F (-10 to 50C), up to 10,000ft in altitude and humidity ranging from 0-95% noncondensing. These requirements are requested as a minimum due to mission-criticaloperations intrinsic to the Government CLIN: 0002 [Qty. 1: EACH] - Training Extended Description: Contractor shall provide a certified instructor to perform hands-on training to at least two (2) Government personnel. Provide all software/firmware updates as required by the manufacturer specifications; technical support via email access or other media types; and telephone support information when required for device assistance. (vi)Delivery Information: Delivery shall be Free On Board (FOB) Destination. Final destination address will be made available at the time of award. (vii)Evaluation Criteria: The Government intends to award to the offeror whose quote is the lowest priced technically acceptable. Technical acceptability is defined and referred to within this solicitation as the offeror's capability to meet the defined salient characteristics of the product as delineated in this document. The Government intends to evaluate offers and award without conducting discussions, but reserves the right to do so, which is subject to the discretion of the Contracting Officer. Therefore, the initial quotation should contain the offerer's best terms from a price and technical standpoint. Offers that fail to submit required representations and information requested under this solicitation thereby reject the terms and conditions and shall be excluded from consideration. *The Government reserves the right to make multiple or no award. (viii)Important Dates/Times: (All Times are Arizona Local Time) a.Questions are due by Wednesday, 18 September 2019, 2:00 pm. b.Answers will be provided by Thursday, 19 September 2019, 2:00 pm. c.All quotes shall be submitted by Friday, 20 September 2019, 2:00 pm. (ix)It is the responsibility of the vendor to ensure their quote was submitted via email on time and to the points of contact included below. All amendments to this solicitation will be made available on the Governmentwide point of entry, fbo.gov. (ix)Point of Contacts: a.Primary: Juan Sanchez III, juan.sanchez.35@us.af.mil, 520-228-2377 b.Alternate: Richard Snyder, richard.snyder.12@us.af.mil, 520-228-5484 (x)Provisions and Clauses 1.FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018) is hereby incorporated by reference, with the same force and effect if it were given in full text. 2.FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) is hereby incorporated by reference, to include the following excerpt, with the same force and effect if it were given in full text. (a) 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: i.Technical capability ii.Price 3.Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with their quotation. 4.FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. 5.FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2019), is hereby incorporated by reference, with the same force and effect as if it were given in full text Additionally, the following apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I 252.204-7006 Billing Instructions. 2005-10 SEC G 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I 252.206-7000 Domestic Source Restriction 1991-12 SEC K 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 2015-10 SEC I 252.215-7007 Notice of Intent to Resolicit. 2012-06 SEC K 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 SEC I 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. 2011-06 SEC I 252.225-7048 Export-Controlled Items. 2013-06 SEC I 252.232-7003 Electronic Submission of Payment Requests and Receiving 2018-12 SEC G Reports. 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I 252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I 252.246-7003 Notification of Potential Safety Issues. 2013-06 SEC I 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-2011-11 SEC I O0003) Deviation 2019-O0003 2019-01 52.203-18 Prohibition on Contracting with Entities that Require Certain 2017-01 SEC I Internal Confidentiality Agreements or StatementsRepresentation. 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC K 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC I 52.204-22 Alternative Line Item Proposal. 2017-01 SEC I 52.204-7 System for Award Management. 2018-10 SEC L 52.209-6 Protecting the Government's Interest When Subcontracting with 2015-10 SEC I Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-13Notice of Set-Aside of Orders. 2011-11 SEC I 52.219-14Limitations on Subcontracting. 2017-01 SEC I 52.219-6 Notice of Total Small Business Set-Aside. 2011-11 SEC I Alternate I2011-11 52.219-6 Notice of Total Small Business Set-Aside. 2011-11 SEC I Alternate II2011-11 52.222-26 Equal Opportunity 2015-09 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 2018-01 SEC I 52.222-21 Prohibition of Segregated Facilities. 2015-04 SEC I 52.222-37 Employment Reports on Veterans. 2016-02 SEC I 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While 2011-08 SEC I Driving. 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorizes and Remedies 2018-01 SEC I 52.222-21 Prohibition of Segregated Facilities 2015-04 SEC I 52-222-50 Combating Trafficking in Persons2019-01 SEC I 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 SEC I 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 SEC I 52.225-1 Buy American-Supplies 2014-05 52.232-33 Payment by Electronic Funds Transfer-System for Award 2018-10 SEC I Management. 52.232-40 Providing Accelerated Payments to Small Business 2013-12 SEC I Subcontractors. 52.209-11 Representation by Corporations Regarding Delinquent Tax 2016-02 SEC I Liability or a Felony Conviction under any Federal Law. 52.202-1 Definitions. 2013-11 SEC I 52.204-19 Incorporation by Reference of Representations and Certifications. 2014-12 SEC I 52.233-3 Protest after Award. 1996-08 SEC I 52.247-34 F.o.b. Destination.1991-11 SEC F
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA487719QU202/listing.html)
- Place of Performance
- Address: Davis Monthan AFB, Tucson, Arizona, 85707, United States
- Zip Code: 85707
- Zip Code: 85707
- Record
- SN05445246-W 20190918/190916231359-fc25746c84949f1405e0e542eabe15ff (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 |