Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2012 FBO #3690
SOLICITATION NOTICE

70 -- Replace Lightning Surveillance System - Statement of Work

Notice Date
12/30/2011
 
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 Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-12-Q-B018
 
Archive Date
2/14/2012
 
Point of Contact
Linda M Penuel, Phone: 321-494-7573, JOHNATHAN JONES, Phone: 3214944394
 
E-Mail Address
linda.penuel@patrick.af.mil, JONATHAN.JONES@PATRICK.AF.MIL
(linda.penuel@patrick.af.mil, JONATHAN.JONES@PATRICK.AF.MIL)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Combined Synopsis/Solicitation Lightning Surveillance System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation number FA2521-12-Q-B018 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. This is an unrestricted, Full and Open requirement for Lightning Surveillance System. The North American Industry Classification System (NAICS) code for this project is 334511 with a size standard of 750. Item Description Qty Unit Total Amount 0001 Replace Lightning 1 EA tiny_mce_marker_______________ Surveillance System Replace Four Dimensional Lightning Surveillance System: This project has two main goals with five specific instrument goals: 1) Replace the current Four Dimensional Lightning Detection System (4DLSS) sensors and ingest equipment with a replacement that meets all the current system requirements as defined in the specification requirements listed below. 2) New system to include spares must be delivered no later than 15 June 2012. 3) Installation must be completed by 31 July 2012. 4) On-site training must be completed by 15 Oct 2012. 5) Manuals must be delivered by 15 Nov 2012. Specifically the following equipment must be replaced: 1) detection of lightning aloft functionality of 4DLSS with a suitable replacement that meets the specifications listed below, 2) detection of cloud-to-ground lightning return-strokes that meets the specifications listed below, 3) display of lightning aloft and obsolete display of cloud-to-ground lightning return-strokes that meets the specifications listed below. In addition, the following sets of equipment must be implemented: 1) implement hardware/software upgrades to include the ingest of the National Lightning Detection Network (NLDN) raw sensor data of cloud-to-ground return-strokes that meets the specifications listed below, and 2) implement hardware/software upgrades to include of ingesting raw sensor data for lighting aloft that is becoming available in NLDN that meets the specifications listed below. Finally, the location accuracy and detection rate of LSS in and around CCAFS/KSC for all possible combinations of sensors shall be provided. Install new hardware and software upgrades prior to the sensor shipment date. The new hardware/software should be backwards compatible and can support both the new and legacy 4DLSS sensors. The Eastern Range Technical Services (ERTS) contractor will be responsible for collaboration of the project and therefore will be the primary liaison and contractor interface. See attached Statement of Work (SOW) dated 11 Dec 11. Performance Period: From Contract Start through 15 November 2012. Refer to the SOW for specific milestones deliveries. Warranty: __________________________ FOB: Destination Ship to address: 45th Range Management Office, Patrick AFB, Florida 32925. Place of Performance will be Cape Canaveral Air Force Station (CCAFS) and Kennedy Space Center (KSC), Florida NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendum applies: RFQ due date: 30-days from date of posting RFQ due time: 3:00 PM Fax RFQ to 321-494-2706 or mail to: 45th Contracting Squadron Attn: FA2521-12-Q-B018 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 All questions regarding this solicitation must be faxed to 321-494-2706, or E-mail to jonathan.jones@patrick.af.mil, by 1:00 pm 15-days from date of posting. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. Please ensure NAICS 334511 is added to ORCA referencing size of business. DFARS Provision 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR 52.203-6 -- Restrictions on Subcontractor Sales to the Government, with Alternate I FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-8 -- Utilization of Small Business Concerns FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 -- Convict Labor FAR 52.222-19 -- Child Labor-Cooperation With Authorities and Remedies FAR 52.222-21 -- Prohibition of Segregated Facilities FAR 52.222-26 -- Equal Opportunity FAR 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50 -- Combating Trafficking in Persons FAR 52.223-15 - Energy Efficiency in Energy-Consuming Products FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 -- Restrictions on Certain Foreign Purchases FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-1 -- Disputes FAR 52.233-3 -- Protest After Award FAR 52.233-4 -- Applicable Law for Breach of Contract Claim FAR 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV). Additionally, the following FAR clauses cited in 252.212-7001 are applicable: DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.204-7011 -- Alternative Line Item Structure DFARS 205-7000 -- Provision of Information to Cooperative Agreement Holders DFARS 252.211-7003 -- Item Identification and Valuation DFARS 252.225-7001 -- Buy American Act and Balance of Payments Program DFARS 252.225-7012 -- Preference for Certain Domestic Commodities DFARS 252.225-7016 -- Restriction on Acquisition of Ball and Roller Bearings DFARS 252.225-7036 -- Buy American Act-Free Trade Agreements--Balance of Payments Program, Alternate I DFARS 252.226-7001 -- Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.227-7015 -- Technical Data--Commercial Items DFARS 252.227-7037 -- Validation of Restrictive Markings on Technical Data DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments DFARS 252.243-7002 -- Requests for Equitable Adjustment DFARS 252.247-7023 -- Transportation of Supplies by Sea, Alt III The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-Q-B018/listing.html)
 
Place of Performance
Address: Cape Canaveral Air Force Station, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02647395-W 20120101/111230233755-882d742102d92333f681ce69bcd043df (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 |
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.