Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

69 -- Virtual Reality Training System

Notice Date
9/20/2021 4:02:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S3AL1223AW01
 
Response Due
9/21/2021 1:00:00 PM
 
Archive Date
10/06/2021
 
Point of Contact
Susana Dryer, Jennifer Story
 
E-Mail Address
susana.dryer@us.af.mil, jennifer.story@us.af.mil
(susana.dryer@us.af.mil, jennifer.story@us.af.mil)
 
Description
(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 Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: F1S3AL1223AW01 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit a quote with enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.� Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2021-06 and Regulation Supplement Change Notice (DPN) 2021-0830 and AFAC 2021-0726. (iv) THIS REQUIREMENT WILL BE: Full and Open Competitive. The North American Industry Classification System (NAICS) number for this acquisition is 541519 with a size standard of $30M. (v) CLIN Nomenclature The requested equipment and services to support 550 Security Force Members: 0001- Virtual (VR) Weapons Trainer System (EAFB) QTY 450 0002- Virtual (VR) Weapons Trainer System (Plant 42) QTY 100 (vi) Description of services to be acquired: The 412th Security Forces Squadron, Edwards Air Force Base (EAFB), CA has a requirement for VR Weapon Training System. This technology will allow Defenders to maintain Use of Force training/currency and will also increase realism and intensity of weapons training for 550 Security Forces members. The statement of work (SOW) (Attachment 1) defines the requirement and the acceptability criteria. (vii) Period of Performance (PoP): Anticipated PoP: �(Estimated) 23 September 2021- 22 September 2022 �(viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: DUNS Numbers: TIN Number: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: FOB (destination or origin): Warranty (if applicable): Date Offer Expires: (x)� The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. (a) ADDENDUM to 52.212-2, Evaluation � Commercial Items. 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: (1) Technical capability of the item offered to meet the Government requirement �(2) Past performance: Offerors shall submit at least two (2) recent past performance work within the last three (3) years along with their proposal. (Provide Contract Number, Agency of performed work, and Agency�s Point of Contact (Email/Phone Number) �(3) Price: �In the integrated assessment, upon which the award assessment will be made, Past Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable. In the integrated assessment, upon which the award assessment will be made, Past Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable. (b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition procedures and Best Value in which competing offerors� past and present performance history will be evaluated as more important than price. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: �(1) Technical Acceptability (Step 1) - Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: Technical capability of the item offered to meet the Government requirement of the PWS. (2) Past Performance (Step 2) Provide at least two (2) recent past performance work within the last three (3) years. (3) Price Evaluation (Step 3) - Next, offerors will be ranked according to overall price. Included as part of the price evaluation is a review for price reasonableness. An offeror's proposed Total Price will be determined by as called for in the Performance Work Statement (PWS). Offerors whose total evaluated price is unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated. Up to one award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). (xi) Offeror shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xii) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-50 Combating Trafficking in Persons (JAN 2019) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via https://www.acquisition.gov/ PROVISIONS FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) FAR 52.204-7 System for Award Management DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) CLAUSES FAR 52.204-21 Basic Safeguarding of covered Contractor Information Systems (Jun 2016) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017) DFARS 252.227-7015 Technical Data � Commercial Items (Feb 2014) DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 2016) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.232-7011 Payments in Support of Emergencies and Contingency Operations (May 2013) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019) AFFARS 5352.201-9101 Ombudsman (JUN 2016) (xiv) Defense Priorities and Allocation System (DPAS): N/A21 (xv) Proposal Submission Information: Please submit any questions regarding this solicitation, in writing to the POC email listed below.� QUESTIONS REGARDING THIS SOLICITATION ARE DUE 17 September 2021 on or before 4:00 PM Pacific Standard Time (PST). Offers are due by 21 September 2021 at 4:00 PM Pacific Standard Time (PST).� Offers must be sent to Susana Dryer at susana.dryer@us.af.mil� and Jennifer Story at jennifer.story@us.af.mil via electronic mail.� No late submissions will be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a1e51cee9db4210bfc3d60c8c1dabe8/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06138773-F 20210922/210920230119 (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  © 1994-2020, Loren Data Corp.