MODIFICATION
16 -- Differential GPS Instrument Kits
- Notice Date
- 1/19/2018
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- H92241-18-T-0003
- Archive Date
- 2/10/2018
- Point of Contact
- Sylvia Booth, Phone: 757-878-4677, Sylvia Booth, Phone: 757-878-4677
- E-Mail Address
-
sylvia.r.booth.civ@mail.mil, sylvia.r.booth.civ@mail.mil
(sylvia.r.booth.civ@mail.mil, sylvia.r.booth.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Notice Type: Combined Synopsis/Solicitation Response Date: 26 January 2018 Classification Code: 16 - Professional, administrative, and management support services NAICS Code: 336413 - Transportation Equipment Manufacturing - Other Aircraft Parts Description: 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 2. Solicitation H92241-18-T-0003 is issued as a Request for Quotes (RFQ) 3. The United States Special Operations Command (USSOCOM), Technology Application Contracting Office (TAKO) anticipates the procurement of three differential calibration test kits. The test kit should each come with initial set up and support. Each unit should meet the following requirement:.6m accuracy, GPS Data Server System, GPS Antenna, and manuals. Support includes on/off site technical support, equipment installation, setup, and training. 4. Required Equipment Differential GPS Equipment to include: -Power Supply for connection to aircraft power (28vdc) or a Battery capable of a minimum 4 hour system run time (small battery case is acceptable) -Control and Recording Server -GPS with better than 0.6m accuracy -Ruggedized housing; not to exceed 20"L x 9"W x 16H" -External GPS antenna(s) -recorded data must be time-stamped -must be recorded in a non-proprietary format (i.e. csv, txt, or similar) -Documentation 5. Optional Equipment -Wired or Wifi Access to server for near real time observation of data -Battery (small second case may be acceptable) -4G LTE remote access -Accuracy enhancement software 6. Support -Technical assistance with aircraft installation --1 U.S. citizen to Ft Campbell, KY for 5 days -Training session(s) for operations and maintenance personnel to include operations and maintenance manuals --1 U.S. citizen to Ft Campbell, KY for 5 days -Telephone Support for 12 months 7. Deliverables: -Shipping (all deliveries to Ft Campbell, KY): -Hardware/Software: 23 February 2018 -Training: 12 March 2018 8. All quotes must be received no later than 1200 AM Eastern Time on 26 January 2018. Quotes should be submitted electronicallyto Sylvia.r.booth.civ@mail.mil no later than 12:00 pm EDT on January 26, 2018. Questions may be forwarded by email to this address. 9. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-96, effective 6 November 2017. 10. This will be a small business set aside. The associated NAICS code is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing, and size standard is 1,250 employees. 11. Delivery shall be made, FOB Destination, no later than 60 days after receipt of order, to 12. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, and the below addendum, applies to this acquisition (available at http://farsite.hill.af.mil), as does the following addendum. (END OF ADDENDUM) 52.212-2, Evaluation - Commercial Items. a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: I. Technical Capability of the item offered to meet the Government requirement II. Price III. Past Performance Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 13. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). 14. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Alternate I, as part of their quotation. 15. The clause at FAR 52.212- 4, Contract Terms and Conditions - Commercial Items, applies to this acquisition, as does the following addendum: ADDENDUM TO 52.212-2: I. New parts only, used or refurbished parts will not be accepted. II. Technical is higher than Price which is higher than Past Performance. III. Wide Area Workflow (WAWF) Instructions: [Local instructions for the use of WAWF will be included in the final purchase order.] (END OF ADDENDUM) 16. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order - Commercial Items (Nov 2017) (Deviation 2013-O0019), is applicable. 17. Additional terms and conditions include: (a) FAR provisions and clauses: 52.204-7 System for Award Management, 52.204-13 System for Award Management Maintenance, 52.204-16 Commercial and Government Entity Code Reporting, 52.204-18 Commercial and Government Entity Code Maintenance, 52.204-19 Incorporation by Reference of Representations and Certifications, 52.211-15 Defense Priority and Allocation Requirements, 52.219-6 Notice of Total Small Business Set-Aside - Alt I, 52.219-28 Post-Award Small Business Program Representation, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - System for Award Management, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (b) DFARS provisions and clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.204-7004 Alternate A, System for Award Management, 252.204-7008 Compliance with Safeguarding Covered Defense Information Systems, 252.204-7011 Alternative Line Item Structure, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7001 Buy American and Balance of Payments Program, 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program - Alt I, 252.225-7048 Export-Controlled Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, and 252.247-7023 Transportation of Supplies by Sea. (c) SOFARS Clause: 5652.223-9000, Independent Review of Agency Protests (2013) 18. This requirement is Defense Priorities and Allocations System rated DO-A1. Quotes must be received no later than 1300 Eastern Time on 26 January 2018. Quotes should be submitted electronically in a format compatible with Microsoft Office 2013 or Adobe Acrobat Pro DC. Emails of under 3 MB may be sent to Sylvia Booth at Sylvia.r.booth.civ@mail.mil. Oversized quote packages should be sent to the above recipient via AMRDEC SAFE (https://safe.amrdec.army.mil).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H92241-18-T-0003/listing.html)
- Record
- SN04794735-W 20180121/180119231050-666563ed332286a97faf95fed9e919a9 (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 |