SOLICITATION NOTICE
66 -- Multivehicle laptop diagnostic tool
- Notice Date
- 7/7/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-15-Q-B008
- Archive Date
- 10/30/2015
- Point of Contact
- Brant M. Sylvester, Phone: 7026523364
- E-Mail Address
-
brant.sylvester@us.af.mil
(brant.sylvester@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is FA4861-15-Q-B008 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, Defense Publication Notice 20150702, and Air Force Acquisition Circular 2015-0406. (iv) The solicitation is set-aside 100% Small Business and the associated NAICS code is 333515 and small business size standard is 500 EMP. (v) There is one (1) contract line item (CLIN) for this solicitation. (vi) The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide the government with a multi-vehicle diagnostic tool with applicable software per the specifications listed below, except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. Only contracting officers acting within the scope of their authority are empowered to execute contract modifications on behalf of the Government. (vii) CLIN 0001: Multi-vehicle diagnostic tool with applicable software -- Navistar Defense Diagnostic tool, premium edition **OR EQUAL** The requested diagnostic tool must have the following salient characteristics: A. Must combine commercial vehicle diagnostic and management software into one package, allowing technicians to troubleshoot and repair vehicles. B. Must have capability to switch from one diagnostic parameter to another seamlessly in order to diagnose installed vehicles subsystems. C. Must automatically communicate with all vehicular system components such as engines, transmissions, brakes and cab controls by utilizing supported protocols. D. Must automatically identify all vehicle system component types to include engines, transmissions, brakes, cab controls and instantly display fault codes. E. Must be able to use the following supported communication protocols: J10708, J1939x2, OBD-II, J1850 VPW, J1850 JWM, ISO-1 5765, ISO 9141/KWP2000, and ALDL F. Must be Wired-USB and Wireless-Bluetooth, and WIFI capable. G. Tool must have OEM software/firmware updates (1X for all subscriptions) H. Must have simplified annual software update capability. One CD or downloadable updates for all programs on an annual basis. Registration and validation must be included in updates. I. Tool will meet the standards of a Dell Latitude E6420 XFR with DVD drive, Mil-STD- 810G, IP-65, Mil-STD-461F, and UL1604(1) standards. ***OR EQUAL*** J. Tool will come with the following diagnostic tools: Cummins INSITE diagnostic software Caterpillar Electronic Technician Nexiq OBDII/LMT software Detroit Diesel DDDL software Navistar ServiceMaxx software Navistar Diamond Logic Builder software Navistar Instrument Panel Cluster software VOLVO/MACK Premium Tech Tool software Bendix Acom WABCO Toolbox Allison DOC for PC Haldex PLC ABS Software (March 2001-Present) includes adapter ZF-Meritor Transoft software (Sureshift, Freedom Line) Freightliner Service Link Deutz Serdia (300007) Support Izuzu Diagnostic Software Navistar Services SW install, configure, registration, validation Navistar Defense Smart Launcher software Annual Technical Support Level I and Level II K. Tool must come with watertight Storage Case, Black (approximately 18"X13"X6.7") Case must come with cubed foam or other similar cushioning to protect tool. L. Tool must come with the following cables/diagnostic links: Nexiq ODBII adapter cable Nexiq USB-Link Vehicle Communication interface CAT Off Road Cable Package (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and there is no addendum to the provision. (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of the provision is Lowest Price Technically Acceptable. The quotation is considered technically acceptable if it complies with all requirements of the salient characteristics and is considered equal to the item specified. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, must be provided with the response to this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. An addendum is made to paragraph (o). The contractor is required to provide the government with all standard commercial warranties. (xii) A statement that the clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) applies to this acquisition. (xiii)The following additional provisions and clauses apply to this acquisition: FAR 52.204-7 - System for Award Management (SAM), FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.247-34 - FOB Destination, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov to register (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to brant.sylvester@us.af.mil or physically delivered to the 99th Contracting Squadron, 5865 Swaab Blvd, Bldg 588, Nellis AFB NV 89191-7063 no later than 14 July 2015, 3:00 pm PST. (xvi) Questions regarding this solicitation should be referred to SrA Brant Sylvester at 702-652-3364.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-15-Q-B008/listing.html)
- Place of Performance
- Address: Nellis AFB, Nellis AFB, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN03787167-W 20150709/150707235024-e180175df440a9b516d3173d5c1311a6 (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 |