Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2024 SAM #8271
SOLICITATION NOTICE

69 -- Firearm Training Systems (FATS) simulator upgrade

Notice Date
7/18/2024 11:25:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018924QZ325
 
Response Due
7/24/2024 9:00:00 AM
 
Archive Date
08/08/2024
 
Point of Contact
Jason Zajac 215-697-0008 Jason Zajac (jason.m.zajac2.civ@us.navy.mil). Only contact via email at jason.m.zajac2.civ@us.navy.mil.
 
E-Mail Address
jason.zajac@navy.mil
(jason.zajac@navy.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION: THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, 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. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N0018924QZ325 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. his solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03 (effective 23 February 2024) and DFARS Publication Notice 20240215 (effective 15 February 2024). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and https://www.acquisition.gov/dfars. The applicable North American Industry Classification System (NAICS) is 332994 (Small Arms, Ordnance, and Ordnance Accessories Manufacturing) and its corresponding Small Business Standard is 1,000 people. The proposed contract action is for supplies for which the Government intends to solicit and award a firm fixed price contract to one source only, InVeris, in accordance with FAR 13.106-1(b)(1)(i). Responsible parties may identify their interest and capability to respond to the requirement or submit quotes. Responsible sources may identify their interest and capability to provide the stated requirements or submit quote. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Small Business Office concurs with this determination. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk requests responses from qualified sources capable of providing SimPC updates to existing 100LE Firearm Training Systems (FATS). CLINS ARE: CLIN: 0001 Description: FATS Simulator upgrade - Firearm Training System (FATS) simulator upgrade. Sim PC Upgrade swapping out older hardware and replacing with current. Includes one-year warranty. Quantity: 6 Unit of Issue: Each Price: $ CLIN: 0002 Description: Delivery and Set up -Delivery of upgraded simulation hardware to each of the 6 locations. Initial set-u, installation, and training. Quantity: 6 Unit of Issue: Each Price: NSP CLIN: 0003 Description: Warranty - (6) FATS simulator upgraded be added on to existing warranty coverages expiring 31 Jan 2026. Quantity: 6 Unit of Issue: Each Price: NSP COVERAGE PERIOD: SimPC upgrade to include a twelve (12) month warranty from date of delivery. Inclusion of upgraded systems will be merged into existing extended warranties in place. THE FOLLOWING NAVSUP LOCAL TEXT IS HEREBY MADE PART OF THE STATEMENT OF WORK/PERFORMANCE WORK STATEMENT. NAVSUP Fleet Logistics Center (FLC) Norfolk Regional Directorate may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government�s AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (AbilityOne contact information available from the contracting point of contact). The support contractor must provide copies of the executed agreements to the Contracting Officer and the Contracting Officer�s Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the Contracting Officer for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP FLCN contract action. DELIVERY In accordance with the attached SOW, delivery for each Sim PC upgrade SHALL be made as soon as possible to the following location(s): ATTN: MAC Matthew Duhaine REDCOM Mid-Atlantic Norfolk 521 Park Crescent Norfolk, VA 23511 ATTN: MACS April Townsend REDCOM Mid-Atlantic Great Lakes 520 Dewey Avenue, Bldg 5 Great Lakes, IL 60088 ATTN: AOC Shatondra Smith REDCOM Southeast Jacksonville Naval Air Station, Box 90, Bldg 966 Jacksonville, FL 32212-009 ATTN: TMCS Glen Brumley Northwest Everett 2000 West Marine View Drive, Bldg 2102 Everett, WA 98207-000 ATTN: MACS David Perez REDCOM Southwest San Diego 937 North Harbor Drive Box 52 4th Floor Bldg 1 San Diego, CA 92132-510 ATTN: Matthew Henley REDCOM Southwest Fort Worth 1803 Doolittle Avenue Fort Worth, TX 76127-500 The Government point of contact for delivery is as following: REDCOM Mid-Atlantic Norfolk MAC Matthew Duhaine Ph: (757) 341-5940 e: matthew.duhaine@navy.mil REDCOM Mid-Atlantic Great Lake AOC Shatondra Smith Ph: (904) 542-4613 e: shatondra.smith@navy.mil REDCOM Southeast Jacksonville AOC Shatondra Smith Ph: (904) 542-4613 e: shatondra.smith@navy.mil REDCOM Northwest Everet TMCS Glen Brumley Ph: (425) 304-4820 e: glenn.e.brumley@navy.mil REDCOM Southwest San Diego MACS David Perez Ph: (719) 317-8105 e: david.j.perez80.mil@us.navy.mil REDCOM Southwest Fort Worth Matthew Henley Ph: (817)782-1916 e: matthew.l.henley.mil@us.navy.mil NOTE: Delivery Addresses and phone numbers will remain the same; however, listed POC�s may change due to normal personnel rotation prior to any system delivery date. In the event of personnel change, you may contact Heather Wozencraft via heather.wozencraft.civ@us.navy.mil and reference this acquisition number. NOTE: Exact delivery, installation, and training may be coordinated between Contract and Government POCs. The following clauses and provisions apply to this solicitation: - 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services; - 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Products and Commercial Services; - 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services; and - 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Products and Commercial Services. Quoters are advised to include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. See the attached documentation for additional contract clauses and contract requirements determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and addenda to the provision. Paragraphs (e) and (h) of this FAR 52.212-1 provision do not apply to this acquisition. This announcement will close at 12:00 PM EST on Wednesday, 24 July, 2024. All responsible sources SHALL submit their quote to Jason Zajac via jason.m.zajac2.civ@us.navy.mil, NO LATER THAN 12:00 PM EST on Wednesday, 24 July, 2024. For this requirement, a quote consists of: - Completion of the CLINs list of above - Completion of applicable provisions/clauses above - Item name / description of what it consists of (including part number) - Estimated delivery date NOTE: The items outlined for this SimPC upgrade of FATS systems are manufactured and, in proprietary to InVeris. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision is as follows: Award will be made to InVeris on a sole-source basis provided they conform to the terms specified herein. The Government will award on the basis of price unless the contracting officer is aware of past performance information related to the low price quote/offer which indicates that quote/offer may not represent best value. In that case, the Government reserves the right to consider the past performance of other quotes/offers, conduct a price, past performance tradeoff, and award to other than the lowest price quote/offer. The point of contact at the contract office is Jason Zajac, who can be reached at jason.m.zajac2.civ@us.navy.mil. JOINT VENTURE A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07685999717a455d805c2043e0d491fa/view)
 
Record
SN07135063-F 20240720/240718230123 (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.