Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2018 FBO #5900
SOLICITATION NOTICE

70 -- Voice Maintenance and Instection program - SOW

Notice Date
1/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N6339418T0024
 
Archive Date
2/3/2018
 
Point of Contact
Ruben A. Velasquez, Phone: 8052280428
 
E-Mail Address
ruben.velasquez@navy.mil
(ruben.velasquez@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work General Information Document Type: Notice of Intent to Award a Sole Source Solicitation Number: N63394-18-T-0024 Posted Date: 01/12/2017 Original Response Date: Current Response Date: Product or Service Code: 7020 Set Aside: None NAICS Code: 334111 Contracting Office Address Naval Surface Warfare Center (NSWC) Port Hueneme Detachment (PHD) 4363 Missile Way Port Hueneme, CA 93043-4307 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement is not a request for quotes or proposals but all responsible sources may submit a proposal or quotation which shall be considered by the agency. The proposed contract action is for supplies for which the Government intends to solicit and negotiate a Firm Fixed Price contract with only one source, Vocollect- Honeywell Cage(OSYY9). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111, with a small business size standard of 1250. NSWC PHD is seeking to purchase a M&I Pilot Program Subscription # SWBIMAIVMIXSTA006. All responsible sources may submit a proposal or quotation which shall be considered by the agency for the following: Supplies (item description) M&I Pilot Program Subscription SWBIMAIVMIXSTA006 This is in support of the FY18 NISE 219 Artificial Intelligence for Maintenance (AI4M) Project to determine the feasibility of using the Honeywell Vocollect System for performing maintenance with real time data collection via voice in a shipboard environment. In order to function in a shipboard or industrial environment, the voice collection equipment must be able to support the following requirements: • Microphone: Sealed, noise canceling • Provides 10 dB ambient noise reduction • Provide the technician an easy to follow voice commands which guide them through each step of the maintenance procedures • Ensures an accurate response from data capturing from the user's voice • Low Operating Temperature: -30°C (-22°F) • High Operating Temperature: 50°C (122°F) • Low Storage Temperature: -40°C (-40°F) • High Storage Temperature: 70°C (158°F) • Water & Dust Resistance: IP54 • Humidity: 5%-95% condensing • Drop Resistance: 24 drops from 1.83 m (6 ft) at low and high operating temperatures • Weight with Battery: 194 g (6.84 oz) with stability strap • Battery: provides 10-20 hours of service • Built in security measure ensuring only the person authorized access to procedures gains access to the system • Integrated system that provide maintenance procedure via voice commands with real time data capturing of execution of maintenance procedures via natural language human interface. End User Training MA-OPER-MI-ONE Maintenance & Inspection Operator Manual (5) MA-SUPR-MI-ONE Maintenance & Inspection Supervisor Manual (5) QRG-VCHK-MI-ONE VoiceCheck Quick Reference Guide (1) JA-OPER-MI-ONE-001 Maintenance & Inspection Job Aid (5) PK-900 Talkman A700 Quick Reference Posters (6) Hardware TT-930 Talkman A730 Terminal (5) BT-901 A700 Battery - Standard (6) BT-902 A700 Battery - High Capacity (5) CM-901 Talkman A730 Terminal Charger (6 Bay) (1) HD-1000-1 SRX2 Headband, E-module, and Battery (5) CM-1000-20 SRX-2 Battery Charger (20 Bay) (1) RS-900-1 USB Cable (1) BL-902 A730 Holster (5) CM-1000-20-101 Battery Charger Mounting Rail (2) BL-801-3 A730 Belt (M) (2) BL-801-4 A730 Belt (L) (3) Software - SWVIMAIVMIX140SID (1) Software Licenses - SWVICATA700230006 VoiceCatalyst Software Support (6 Months) (5) HW Support - HWS-HD-1000-101-STD-1YR SRX-2 Hardware Support (1 Year) (5) HWS-CM-1000-20-STD-1YR SRX-2 Charger Hardware Support (1 Year) (1) HWS-TT-930-STD-1YR A730 Hardware Support (1 Year) (5) HWS-CM-9XX-STD-1YR A730 Charger Hardware Support (1 Year) (1) SW Support - SWS-VCATALYST-SUPRT-1YR VoiceCatalyst Software Support (1 Year) (5) SWS-VCONS-SUPRT-1YR VoiceConsole Software Support (1 Year) (1) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: •· FAR 52.204-7 System for Award Management. •· FAR 52.204-16 Commercial and Government Entity Code Reporting. •· FAR 52.209-5 Certification Regarding Responsibility Matters. •· FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law. •· FAR 52.209-5 Certifications Regarding Responsibility Matters. •· FAR 52.209-7 Information Regarding Responsibility Matters. •· FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. •· DFARS 252.204-7004 Alternate A, System for Award Management. •· DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: •· FAR 52.204-13 System for Award Management Maintenance. •· FAR 52.204-18 Commercial and Government Entity Code Maintenance. •· FAR 52.204-19 Incorporation by Reference of Representations and Certification. •· FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. •· FAR 52.212-4 Contract Terms and Conditions-Commercial Items. •· FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. •· 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 52.222-36 Equal Opportunity for Workers with Disabilities. •· FAR 52.222-50 Combating Trafficking in Persons. •· FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. •· FAR 52.225-13 Restrictions on Certain Foreign Purchases. •· FAR 52.232-8 Discounts for Prompt Payment. •· FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. •· FAR 52.232-39 Uneforceability of Unauthorized Obligations. •· FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. •· FAR 52.233-1 Disputes. •· FAR 52.233-3 Protest After Award. •· FAR 52.233-4 Applicable Law for Breach of Contract Claim. •· FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. •· FAR 52.243-1 Changes-Fixed Price. •· FAR 52.246-2 Inspections of Supplies Fixed-Price. •· FAR 52.247-34 F.o.b. Destination. •· FAR 52.252-2 Clauses Incorporated by Reference. •· FAR 52.252-6 Authorized Deviations in Clauses. •· DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. •· DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. •· DFARS 252.204-7003 Control of Government Personnel Work Product. •· DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. •· DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. •· DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. •· DFARS 252.223-7008 Prohibition of Hexavalent Chromium. •· DFARS 252.225-7001 Buy American and Balance of Payments Program. •· DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. •· DFARS 252.225-7048 Restriction on Acquisition of Specialty Metals. •· DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. •· DFARS 252.232-7006 Wide Area Workflow Payment Instructions. •· DFARS 252.232-7010 Levies on Contract Payments. •· DFARS 252.243-7001 Pricing of Contract Modifications. •· DFARS 252.244-7000 Subcontracts for Commercial Items. •· DFARS 252.246-7000 Material Inspection and Receiving Report. •· DFARS 252.246-7007 Sources of Electronic Parts. •· DFARS 252.247-7023 Transportation by Supplies by Sea. •· HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. Submission shall be received not later than [ insert time and date ] at [ insert procuring activity address for submission of quotes, offers, or bids ]. [ Give any special instructions or notices required for hand delivery. ] Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). [ Specify whether faxed or e-mailed offers, quotes, or bids will be accepted ]. Additionally, please provide the following information: CAGE Code: Tax ID# (if applicable): GSA Contract Number (if applicable): Country Items are Manufactured: Lead Time or Period of Performance: Shipping Charges (if applicable): Is your company the OEM or proprietary for these products: Company Size (large or small): Do you have distributors (if applicable): Are the items quoted available on a commercial, published, or on-line price listing?: Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil): Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Ruben Velasquez (ruben.velasquez@navy.mil)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339418T0024/listing.html)
 
Place of Performance
Address: 4363 Missile Way, Port Hueneme, California, 93033, United States
Zip Code: 93033
 
Record
SN04789998-W 20180118/180116230904-bda9c1e8a8149e14f236c07b56125e09 (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.