MODIFICATION
70 -- Combined Synopsis/Solicitation for Simplified Acquisition Quote Request (SAQR) for Airdrop Tracking Web Portal Service - Amendment 2 - Amendment 3
- Notice Date
- 9/25/2018
- Notice Type
- Modification/Amendment
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- AFICA-FA4452-19-R-AITS
- Point of Contact
- Allye Wuest, Phone: 6182569957, Connie A. Robben, Phone: 6182569953
- E-Mail Address
-
allye.wuest@us.af.mil, connie.robben@us.af.mil
(allye.wuest@us.af.mil, connie.robben@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1- Info Sheet Amendment 3 SAQR Cover Letter Amendment 3 This is a SAQR for subject project to be awarded pursuant to Federal Acquisition Regulation (FAR) 13 and the specific requirements outlined in this request with attachments. 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. It is the intent of the 763d Specialized Contracting Squadron (763 SCONS) to award a Single Source, firm-fixed-priced (FFP) contract to DBN Holding, Inc., located at 2 Delorme Drive, Yarmouth, ME 04096, for the subject requirement. Air Force Air Mobility Command A5Q has a requirement for a one year (12-month) subscription of DBN Holding's Airdrop Tracking Web Portal Service. The Airdrop Tracking Web Portal Service is to track the 1,736 inReach two-way satellite communicator devices that are deployed in the fields to simultaneously track up to 40 items that are airdropped from C-17, C-130H, and C-130J aircrafts operating anywhere in the world. The Web Portal Service shall be delivered by 1 Oct 18. The Requirement Document, Attachment 3- Requirements Document, provides the requirements that the Web Portal Service shall provide. The Government anticipates a Single Source award to DBN Holding utilizing FAR Part 12 and 13 procedures. There are four attachments to this SAQR: Attachment 1- Information Sheet, Attachment 2- Provisions and Clauses, Attachment 3- Requirements Document, and Attachment 4- Redacted Single Source Justification. A response to this request shall consist of completion of Attachment 1 and applicable specifications or a submitted quote in contractor format as long as it is, at a minimum, depicts unit and extended prices (rounded to the nearest dollar), applicable specifications and delivery periods, and Attachment 2 Provisions and Clauses, specifically provision FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. By submission of this quotes, the contractor accedes to all SAQR requirements including: terms, conditions, and representations. Award will be made IAW FAR 12 and 13 procedures and the procedures specified in this SAQR. A contract may be awarded to a contractor who is deemed responsible IAW FAR 9.1, as supplemented, and whose quote conforms to the SAQR's requirements and is judged to represent a technically acceptable quote with a complete and reasonable price. First, the Government will evaluate the quote for technical acceptability as follows: Basis of Award: Technically Acceptable - Quote meets all the requirements of the SAQR. Technically Unacceptable - Quote does not meet all of the requirements of the SAQR. Next, if the quote is determined technically acceptable, the Government will evaluate the contractor's price for price completeness and reasonableness. If the quote is technically acceptable and the price is complete and reasonable, then the quote represents the best value to the Government and award will be made. If the quote is not technically acceptable, the Government will consider the correction potential and may enter into interchanges with the contractor. Interchanges will take place as necessary or deemed appropriate by the Government. Applicable definitions are outlined below: Completeness - The quote will be reviewed to determine the extent to which all the price elements have been addressed. The review will determine the adequacy of the contractor's quote in addressing and fulfilling the SAQR requirements. Reasonableness - For a price to be reasonable, it must represent a price to the Government that a prudent person would pay in the conduct of competitive business. The Government will determine prices fair and reasonable through the use of one or more of the price analysis techniques at FAR 13.106-3(a). The Government intends to make award based on the initial proposal submissions without conducting interchanges. Therefore, offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges if,during the evaluation, it is determined to be in the best interest of the Government. Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the contractors that may address any aspect of the proposal and may or may not be documented in real time. However, the Government reserves the right to conduct interchanges using Interchange Notices (IN). Offeror responses to INs will be considered in making the award selection decision. Interchanges may be conducted with one, some or all offerors as the Government is not required to conduct interchanges with any or all contractors responding to this SAQR. This acquisition follows the ordering procedures outlined in FAR 13, as supplemented. This SAQR is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing a proposal. The Government reserves the right not to award a contract in response to this SAQR. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. Funds are currently not available. Funds may become available on or about 01 Oct 18. Quotes are due by 3:00 PM Central Time on 25 Sep 18. Quotes shall be submitted by email to Ms. Allye Wuest at allye.wuest@us.af.mil and Ms. Connie Robben at connie.robben@us.af.mil. All eletronic submissions shall reference the complete SAQR number in the subject line. LATE PROPOSALS WILL NOT BE ACCEPTED. For all technical and contractual questions and comments, please contact Ms. Connie Robben, CO, via email at connie.robben@us.af.mil, and Ms. Allye Wuest, CS, via email at allye.wuest@us.af.mil. Attachments: 1. Information Sheet 2. Provisions and Clauses 3. Requirements Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/AFICA-FA4452-19-R-AITS/listing.html)
- Place of Performance
- Address: Scott Air Force Base, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN05104746-W 20180927/180925231250-685500c877741e42d3c6559e391a9eaf (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 |