SPECIAL NOTICE
99 -- BOSS System Upgrade (Single Source Award)
- Notice Date
- 4/6/2020 2:16:58 PM
- Notice Type
- Special Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- FA4625 509 CONS CC WHITEMAN AFB MO 65305-5344 USA
- ZIP Code
- 65305-5344
- Solicitation Number
- FA462520Q1039
- Response Due
- 4/7/2020 12:00:00 PM
- Archive Date
- 04/22/2020
- Point of Contact
- Gregory Bishop, Phone: 6606874841, Forrest A. Hancock, Phone: 6606872911
- E-Mail Address
-
gregory.bishop.8@us.af.mil, forrest.hancock@us.af.mil
(gregory.bishop.8@us.af.mil, forrest.hancock@us.af.mil)
- Description
- Whiteman AFB 509 Contracting Squadron intends to award a single source contract for the upgrade of the Battlefield Operations Support System (BOSS).� The North American Industry Classification System (NAICS) code is�335999 and the small business size is 500 Employees.� Award will be made no later than 7 April, 2020. Significant consideration was given to other similar systems. Due to the current use of BOSS System, and the knowledge base of this system within Whiteman AFB personnel; other courses of action will not provide the same economic value at this time.� The BOSS terminal is an integrated system and needs to be purchased as a whole to prevent waste in future sustainment and to keep the entire system warrantied. �Market Research did not reveal a product with adequate/regulatory requirements without the purchase of similarly expensive hardware. At the end of the current life cycle of existing equipment and software, consideration will be given to replacement. In addition, Tactical Communications Group is also the primary manufacture of this product. No �non-manufacture� waiver is available nor would anything other than 3rd party quotes and excessive pass-through occur. This contract will be awarded in accordance with FAR 13.106-1(b)(1) � Only One Responsible Source, No Other Supplies or Services Will Satisfy Agency Requirements, and Reasonably Available.� This notice is NOT a request for competitive proposals. However, any party that believes it is capable of meeting this requirement may submit a written capability statement that clearly supports and demonstrates their ability to provide the part required. Capability statements must be received by the response date and time of this notice.� Additional consideration will be given during the next same or similar requirment, regardless of when a response is given.� Please send your capabilities statement, regardless of timeframe.� Additional consideration shall be given to any small business who can demonstrate their ability to provide a competitive offer. Submissions will be reviewed to determine if they can meet the requirements. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Contract Award:� The initial offer should contain the offeror's best terms in price.� The Government intends to award a contract without discussions.� However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject an offer if such action is in the public interest.� Award will be a firm-fixed price contract not to exceed 1 year (12 Months). Question Submission Deadline:� All questions regarding this award should be made to A1C Gregory Bishop at 509cons.sollgcb@us.af.mil or 660-687-4841.� All email subjects shall begin with �20Q1039�.�� Submit your questions no later than 10:00 A.M. central time on 7 April 2020.� Proposal Submission Instructions: Submission of an Offeror�s questions or quotes is electronic submission by email to 509cons.sollgcb@us.af.mil. �All email subjects shall begin with �20Q1053�.� All quotes or capability statements shall be summited via email (electronic submission). All quotes shall be submitted by 2:00 P.M. central time on 7 April, 2020. Place of Performance:� Performance shall be at Whiteman AFB, Missouri. Submission of Offer/s:� Submit signed and dated offer (or capability statement) to the office specified in this special notice at or before the exact time specified in this solicitation. Offers shall submit on a priced quote on letterhead stationery.� Price will be evaluated for reasonableness in accordance with FAR 13.106-3.� Price will have a breakdown of cost per below (all cost of offer must be included; firm-fixed price offer).� Pricing shall be submitted in the following format: ITEM #��������� Description���������������� ����������������������� ����������� QTY�� U/I������ Price Per������� Total 0001��� ����������� GTS Product Upgrade and Support��� ����������� 1��������� Ea. Period for Acceptance of Offer/s: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Evaluation of Offer/s:� Determination of award will consider PRICE�ALONE (Technical Acceptance is exspectect�as this is a single source award for the upgrade to the BOSS).� Price will be evaluated as Total Evaluated Price (TEP) of the entire period of performance (1 year).� The Government reserves the right to refrain from awarding to any Offeror that is determined to have offered pricing that is not considered fair and reasonable.� System for Award Management:� The offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Payment:� Will be made exclusively using Wide Area Workflow.� See 252.232-7006 Wide Area Workflow Payment Instructions (WAWF). Base Access:� All personnel requesting access to Whiteman AFB must possess a valid State or Government picture identification card.� Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access.� Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal state or local government agencies that include a photo and biographic information.� A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/real-id.� Personnel requesting vehicle access to Whiteman Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance.� Foreign Nationals will not be authorized access to Whiteman AFB MO. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals.� In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Attachments: 1.� Statement of Work (SOW) 2. �Provisions and Clauses Incorporated by Reference and Full Text
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ffd12febe33d44a7b30d41ad98fb4d25/view)
- Place of Performance
- Address: Whiteman AFB, MO 65305, USA
- Zip Code: 65305
- Country: USA
- Zip Code: 65305
- Record
- SN05611146-F 20200408/200406230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |