Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2021 SAM #7091
SOLICITATION NOTICE

17 -- USAFA---UAS Launcher-Pneumatic Catapult

Notice Date
4/29/2021 7:32:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700021Q0028
 
Response Due
5/6/2021 2:30:00 PM
 
Archive Date
05/21/2021
 
Point of Contact
Rory R. Kouba, Phone: 719-333-8049 or 719-299-7610, Melissa A. Staudacher, Phone: 719-333-4504, Fax: 719-333-8939
 
E-Mail Address
rory.kouba.2@us.af.mil, melissa.staudacher@us.af.mil
(rory.kouba.2@us.af.mil, melissa.staudacher@us.af.mil)
 
Description
Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued.� This solicitation is issued as a request for quotation (RFQ) in accordance with FAR part 12 & part 13 under solicitation number FA700021Q0028.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05, effective March 10, 2021. The associated North American Industry Classification System (NAICS) is 336413 Other Aircraft Parts and Auxiliary Equipment Manufacturing and the Product Service Code (PSC) is 1720, Aircraft Launching Equipment Includes: Catapults.� This acquisition is now unrestricted.� All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA).� The Government bears no legal liability for the costs associated with preparing a quote.� Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote.� The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock. Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1 listed below.� It is the quoter�s responsibility to ensure their quote meets all the requirements identified herein. I.� DESCRIPTION OF REQUIREMENTS Line Item 0001:� QUANTITY (1) � UAS Launcher, with the following salient characteristics: �� Be a pneumatic, electrically actuated system �� Be a mobile and compactable system �� Have a minimum of 6kJ of launch power available �� Have an operating temperature range of -20 to +40 �C (-4 to 104 �F) �� Have a launch rail length of less than 20 feet �� Have a launch vehicle weight limit of >35kg (77.162 lbs) �� Have a launch vehicle end speed of >22 m/s �� Have a total system weigh of < 300 lbs �� Display all text and directions in English �� Include on-site training and device orientation �� Include a 2-year manufacturer�s warranty �� Include instruction booklet in both print and digital formats Delivery:� Delivery must be F.O.B Destination to U.S. Air Force Academy, CO 80840. Inspection/Acceptance:� The Government will inspect and accept supplies at the Government�s location, U.S. Air Force Academy, CO 80840.� Payment on invoices cannot be made until the Government has accepted the supplies. II. SOLICITATION INSTRUCTIONS 1. The provision at FAR 52.212-1, Instructions to Offerors�Commercial (Oct 2018), and the addenda listed below applies to this acquisition.� ADDENDA TO FAR 52.212-1: This Solicitation is being issued in accordance with (IAW) FAR Parts 12 and 13 as a Request for Quote.� IAW�FAR 13.004, in all instances throughout this solicitation any use of the word ""proposal"" should be understood as ""quote"".� All instances of the word ""offeror"" should be understood as ""quoter"".� All instances of the word ""award"" should be understood as ""order"".� Quotes supplied in response to this solicitation are not binding.� Award of this requirement will be�offered to the Quoter IAW�52.212-2, found herein.� a. Submission of offers.� FAR 52.212-1(b) is amended to include the following: ����� (1) Submit signed and dated quotes via e-mail to: � 10th Contracting Squadron � 10 CONS/PKB, Attn: RORY KOUBA � 8110 Industrial Drive, Suite 200 � USAF Academy, CO 80840-2315.� � Email address is rory.kouba.2@us.af.mil � Phone number is (719) 333-8049 or (719) 299-7610. ����� (2) Quotes must be submitted by 6�May 2021, 3:30 p.m. Mountain Standard Time. b. Late submissions.� FAR 52.212-1(f) is amended as follows: ����� (1) Offerors are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation.� If no time is specified in the solicitation, the time for receipt is 3:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the contracting officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. c. Formal communications.� Requests for clarification and information concerning the solicitation must be provided in writing no later than 5 days prior to closing.� Answers will be compiled and posted electronically to the Federal website: https://beta.sam.gov.� Questions may be emailed to the point of contact listed above in section II, paragraph 2a.� All correspondence should reference the solicitation number. d. Quotation preparation instructions: (1) �General Instructions.� The offeror shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, e-mail, and telephone number of the offeror, CAGE code, DUNS number, size of business, and warranty information.� The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. (2) �Specific Instructions.� Quotes shall consist of three parts, as identified below. PRICE QUOTATION.� Submit the price quote in accordance with the line item structure listed in this solicitation.� Price quotes must be firm-fixed price.� Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item).� Include the total price (i.e., sum of all extended amounts) in the price quote.� Include delivery terms and schedule, any discounts, and payment terms with the price quote. Quotes must be received with FOB Destination: Other than Destination will not be considered. Due to the type of funding used in this acquisition, payment terms must be Net-D (i.e., Net 30).� Payments on invoices cannot be made until the Government has received and accepted the supplies. CLIN 0001: UAS Launcher to include shipping ���� 1 Each ������������ Unit Price:������������������� Extended Price: DESCRIPTIVE LITERATURE.� In order for products to be considered by the Government, they must meet the salient physical, functional, or performance characteristics specified in this solicitation.� Clearly identify brand name and model number.� Include products� descriptive literature, such as illustrations, specification sheets, or product brochures that clearly identify that the product meets the Government�s requirements. CONTRACT DOCUMENTATION. Quoters are required to be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements.� Quoters that are not registered in SAM at the time the quotation is submitted will not be considered. The Government�s preference/intent to acquire only domestic end products per the Buy American Statute (41 USC Chapter 83), except as provided in FAR 25.103.� Foreign offers will be evaluated per DFARS 225.502 when comparing domestic and foreign offers.� This requirement is for commercial off-the-shelf items; therefore the manufacturing country of origin will determine if the quoted product is foreign or domestic. The Government�s preference is for a quoter/offeror that can provide the representation(s) at�FAR 52.212-3(v)(commercial),�FAR 52.204-24, and��FAR 52.204-26�(as prescribed)�that it ""does not"" provide or�use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services (see�FAR 4.2103(a)(1)(i)�and�FAR�4.2103(a)(2)(i)).�� If the quoter/offeror is unable to provide these�representation(s), the quote/offer/proposal may be unawardable and the government evaluation of that quoter/offeror will stop.? Quotes must include a completed copy of the following provisions that require fill-in-text: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I (�The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision�). �DFARS 252.225-7000, Buy American- Balance of Payments Program Certificate � Basic (Nov 2014) (attachment #2 of this solicitation) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) (attachment #3 of this solicitation) If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. 3.� The provision at FAR 52.212-2, Evaluation�Commercial Items (Oct 2014), and the addenda listed below applies to this acquisition.� The evaluation factors to be included in paragraph (a) of this provision are (1) Solicitation Requirements and Responsiveness, (2) Price Evaluation, (3) Technical Information and (4) Responsibility (see attachment #1 for the full text of this provision). ADDENDA TO FAR 52.212-2: BASIS FOR OFFER.� This is a competitive acquisition in accordance with FAR parts 12 and 13. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106.� 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. Tradeoffs will not be made and no additional credit will be given for exceeding acceptability. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition.� Upon examination of the initial quotes, the contracting officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists, no additional cost information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness IAW FAR 13.106-3. Quotes will be evaluated in the order outlined below: (1) Solicitation Requirements and Responsiveness. All quotes submitted will be reviewed for completeness to determine if they meet the solicitation criteria outlined in the addenda to FAR 52.212-1. The offer shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. Offerors who fail to meet solicitation criteria will not be evaluated further. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. The Government may choose to waive or correct informalities and minor irregularities in offers received (i.e. emails, phone calls, etc.). (2) Price Evaluation. (a)� The government will rank all quotes that have adhered to the solicitation requirements by price (lowest to highest total evaluated price). An offeror�s proposed price will be determined by multiplying the quantity by the contractor�s proposed unit price to confirm the extended amount for each contract line item (CLIN). The unit price of the vendor�s quote shall control any conflict between the unit price and the extended amount submitted in response to this solicitation.� No advantage will accrue to a vendor who quotes an unrealistically low price.� Any discounts identified in the quote will be included in the evaluation of the total evaluated price. Failure to propose any item may cause the vendor�s quote to be considered non-responsive and excluded from the evaluation. The price evaluation will document the reasonableness and affordability of the quoted price. (b) If the lowest price quote passes technically, that quote represents the best value for the Government and the evaluation process shall stop at this point. An award will be based on a best value of price and technical acceptability of the quote. An award will be made to that offeror without further consideration of any other quotes. The evaluation process will continue in this manner until a vendor�s quote passes the technical evaluation. If no quotes are considered technically acceptable, the solicitation maybe canceled. (3) Technical Information. Quotes will be reviewed to determine if the items submitted satisfies the requirements outlined in this solicitation. The technical information will be evaluated on a Pass/Fail basis as meeting or exceeding the salient characteristics. (4) Responsibility. The quote will be reviewed for exclusions or derogatory information in System for Award Management (SAM), Federal Awardee Performance and Integrity Information System (FAPIIS), Supplier Performance Risk System (SPRS), and other sources available to the Government. Offerors with exclusions or derogatory information will not be evaluated further. (End of Addendum) 4.� The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following: (c)� Changes.� Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). III. ADDITIONAL PROVISIONS AND CLAUSES. The contracting officer has determined the provisions and clauses listed in attachment #1 to be necessary for this acquisition.� The full text of each provision and clause can be viewed at www.acq.gov �(FAR), www.acq.gov (DFARS), and www.acq.gov (AFFARS). FAR:� https://acquistion.gov/browse/index/far DFARS/AFFARS:� https://acquisition.gov/content/supplementalregulations IV. ATTACHMENTS TO THIS SOLICITATION 1.� PROVISIONS AND CLAUSES 2.� BUY AMERICAN CERTIFICATE 3. �CONTRACTOR CERTIFICATION AT 52.204-24
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7296bc363a2a4c9590b273b69bd0fe8c/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05987284-F 20210501/210429230124 (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 |
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.