Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2015 FBO #4998
SOLICITATION NOTICE

16 -- Mantis i23 Gimbal Payload - Package #1

Notice Date
7/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-15-T-0100
 
Archive Date
8/22/2015
 
Point of Contact
Brian Finerty, Phone: 7193332572
 
E-Mail Address
brian.finerty@us.af.mil
(brian.finerty@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification 52.225-2 -- Buy American Certificate Mantis i23 Gimbal Payload- FA7000-15-T-0100 The U.S. Air Force Academy has a requirement for brand name equipment: Four (4) Mantis i23 Gimbal Payloads. The Mantis i23 Gimbal Payload is the current Program of Record (POR) sensor payload flown on the RQ-11B DDL Raven UAS. This sensor replaces the older generation fixed camera version currently flown on RQ-11B Raven drones. The Mantis i23 Gimbal Payloads must meet the following requirements: 1) This sensor must provide gimbaled EO/IR cameras with IR illuminator. 2) Digital stabilization. 3) Continuous pan capability with +10 to -90 degree tilt. 4) Quote must include shipping to USAF Academy Colorado 80840. The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA7000-15-T-0100 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, 02 Jul 15. The associated North American Industry Classification System (NAICS) code is 336413. Size standard is 1000 employees. This acquisition is UNRESTRICTED and open to all socioeconomic business. This RFQ has one line item: Mantis i23 Gimbal Payload (4 EA) Please indicate that shipping to USAF Academy is included in the price of the CLIN. Quotes must contain the following: - Price - Technical information on equipment offered - A point of contact with the phone number and email - Evidence of completed Representations and Certifications - Buy American Certification - Cage code, DUNS numbers - Anticipated delivery date. Delivery is FOB Destination to USAF Academy, CO 80840 Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Mar 2015) (attachment 1), 2. 52.225-2, Buy American Certificate (May 2014) (attachment 2), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (Apr 2014). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in System for Award Management (SAM) website accessed through http://www.acquisition.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of product offered clearly showing that item is a brand name item and meets the requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. Any cost associated with preparation of a quote will not be reimbursed by the government. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) website accessed through http://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (Apr 2014) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Oct 2014) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. The two evaluation criteria listed below are equal in weight. - Price - Ability to comply with the requirements, as evidenced by providing a complete listing of the equipment to be provided and any other obligatory information The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest price of the technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. 52.212-3 Contractor Representations and Certifications (Mar 2015) (Full-text copy - attachment 1 to this RFQ); 52.212-3 Alternate I (Oct 2014); 52.222-22 Previous Contracts and Compliance Reports (Feb 1999); 52.222-25 Affirmative Action Compliance (Apr 1984); and 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995). 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Oct 2010); 52.204-4 Printed or Copied Double-Sided on Recycled Paper (May 2011); 52.204-7 System for Award Management (Jul 2013); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013); 52.204-13 System for Award Management Maintenance (Jul 2013); 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015); 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015); 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014); 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015); 52.219-28 Post Award Small Business Program Representation (Apr 2009); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26 Equal Opportunity (Apr 2015); 52.222-35 Equal Opportunity for Veterans (Jul 2014); 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014); 52.222-37 Employment Reports on Veterans (Jul 2014); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222-50 Combating Trafficking in Persons (Mar 2015); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); 52.225-1 Buy American-Supplies (May 2014); 52.225-2 Buy American Certificate (May 2014); 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (May 2014); 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); 52.225-18 Place of Manufacture (Mar 2015); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Dec 2012); 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013); [end fill in for 52.212-5]; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); and 52.252-2 Clauses Incorporated by Reference (Feb 1998); (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far). The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7004 Alternate A, System for Award Management (Feb 2014); 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (Dec 2014); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.247-7023 Transportation of Supplies by Sea (Apr 2014). The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Aug 2005). Unit Ombudsmen: Ms. Kelly Snyder, 10 Contracting Squadron, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315, Email: kelly.snyder@us.af.mil. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.225-2 Buy American Certificate (May 2014) to be returned with quotation. Quotations, literature, and completed representations and certifications are due by 1:00 pm on Friday, 7 August 2015, to: Brian Finerty, 10 CONS/LGCB E-mail: brian.finerty@us.af.mil Mailing Address: ATTN: Brian Finerty 10 CONS/LGCB 8110 Industrial Drive Suite 200 USAF Academy, CO 80840-2315 Questions should be directed to Brian Finerty at brian.finerty@us.af.mil or 719-333-2572. Attachment 1: 52.225-2 -- Buy American Certificate. As prescribed in 25.1101(a)(2), insert the following provision: Buy American Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (b) Foreign End Products: Line Item No.: Country of Origin: (4) Mantis i23 Gimbal Payloads [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (End of Provision) Signed: ________________________________________ Title: __________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-15-T-0100/listing.html)
 
Place of Performance
Address: FOB U.S. Air Force Academy Colorado, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN03814407-W 20150731/150729235141-7382a1f69e2122b8ee89d32a55b983bc (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.