Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2025 SAM #8579
SOLICITATION NOTICE

R -- Open-Source Architecture for Unmanned Ground Vehicle (UGV)

Notice Date
5/21/2025 7:10:05 AM
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N6600125Q6224
 
Response Due
5/28/2025 12:00:00 PM
 
Archive Date
06/12/2025
 
Point of Contact
Martin D Mejia, Contract Specialist, Phone: 6195533292
 
E-Mail Address
martin.d.mejia.civ@us.navy.mil
(martin.d.mejia.civ@us.navy.mil)
 
Description
Enclosure 1 Combined Synopsis/Solicitation Template This is a combined synopsis/solicitation for commercial products and commercial services 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; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 25-Q-6224. The North American Industry Classification System (NAICS) code applicable to this acquisition is 541511 Custom Computer Programming Services and the small business size standard is $34 millions of dollars in annual receipts. This procurement is a Full and Open Competition requirement. Only quotes submitted by active SAM.gov registrations will be accepted by the Government. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire services for the development of an open-source architecture for Unmanned Ground Vehicle (UGV) systems equipped with advanced sensor fusion and control algorithms to allow for modularity with different sensors and payloads. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM NO.DESCRIPTION QUANTITY UNIT OF ISSUE 0001 Sensor Fusion and Control algorithms 1 Lot 1001 Integrate algorithms onto a small surrogate UGV and testing 1 Lot 2001 Integrate algorithms onto a medium surrogate UGV and testing 1 Lot Refer to C1.5 Attachment (02) PWS for more details. The expected Period of Performance for this effort is: From date of award (est. 1 June 2025) to 31 December 2027, broken down as follows: Base Period: Date of award � 31 December 2025; Option Year 1: 1 January 2026- 31 December 2026, Option Year 2: 1 January 2027 � 31 December 2027. The anticipated place of performance for the effort is: Contractor's facility. OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the ""EVALUATION FACTORS FOR AWARD"" Section below. A complete quote is necessary to be adequately considered for award. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Offeror Business Name, Address, CAGE and Unique Entity ID (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Products and Commercial Services, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2.Technical Documentation: a.Technical Approach or Specifications: Offerors are encouraged to submit product specifications, pictures, brochures, or and other pertinent technical information of the quoted services to facilitate the evaluation. The quote must address and meet the requirements/specifications as defined under Technical Factor I below. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR Part 23, sustainable acquisition policies apply to both contracts for products and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non- ozone depleting substances, Less Toxic and/or Less GHGs. 3.Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). 4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical, price and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I � Technical: The Government will evaluate the quote and verify if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above: Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. Factor III � Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the offeror's Responsibility/Qualification (R/Q) documentation in System for Award Management (SAM). The Government will consider supplier risk to assess the risk of unsuccessful performance and supply chain risk using the past performance data in the Supplier Performance Risk System (SPRS) to include quality, delivery, and other contractor performance information. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered CAGE and Unique Entity ID. Page Limitations: Ensure to stay within the page limitations as follows: None Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 28 May 2025 at 09:00AM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-25-Q-6224. Include RFQ# N66001-25-Q-6224 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 28 May 2025 at 12:00PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/ N66001-25-Q-6224. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the NAVWAR Paperless Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Name of Contract Specialist at martin.d.mejia.civ@us.navy.mil. Reference RFQ# N66001-25-Q- 6224 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1.C1.5 Attachment (00) RFQ FINAL 2.C1.5 Attachment (01) FAR & DFARS Reps And Certs (TO BE COMPLETED AND SIGNED) 3.C1.5 Attachment (02) PWS 4.C1.5 Attachment (03) PWS NIWC Textbook 5.C1.5 Attachment (04) CDRLs APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03 dated 17 January 2025 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20250117 dated 17 January 2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following FAR and DFARS Provisions, (as of the date of the RFQ) incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-26, Covered Telecommunications Equipment or Services-Representation; 52.204-29, Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures; 52.212-1, Instructions to Offerors�Commercial Items; 52.212-3, Offeror Representations and Certifications�Commercial Items--Alternate I; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation; 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation; 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements; 252.204-7024, Notice on the Use of the Supplier Performance Risk System; 252.225-7055, Representation Regarding Business Operations with the Maduro Regime; 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation; 252.239-7009, Representations of use of Cloud Computing Services (SW/IT); and 252.239-7017, Notice of Supply Chain Risk. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (as of the date of the RFQ), applies to this acquisition and includes the following clauses by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-27, Prohibition on a ByteDance Covered Application; 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-23, Sustainable Products and Services (MAR 2025) (DEVIATION 2025-O0004); 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act--Covered Foreign Entities; The following FAR and DFARS Clauses (as of the date of the RFQ), incorporated by reference, apply to this acquisition: 52.204-13, System for Award Management Maintenance; 52.204-18, Commercial and Government Entity Code; 52.212-4, Contract Terms and Conditions�Commercial Items; 52.232-39, Unenforceability of Unauthorized Obligations; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1); 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service; 252.204-7020, NIST SP 800-171 DoD Assessment Requirements; 252.204-7022, Expediting Contract Closeout; 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime; 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide area WorkFlow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7010, Cloud Computing Services (SW/IT); 252.244-7000, Subcontracts for Commercial Items; and 252.247-7023, Transportation of Supplies by Sea�Basic. The following FAR and DFARS Provisions and Clauses (as of the date of the RFQ), incorporated by full text, apply to this acquisition: 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 30 months. (End of clause) 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions) (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): The FAR provisions, clauses and deviations can be accessed in full text at https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS clauses). (End of clause) 52.252-5, Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9cc54e3cb9a54b53bffc896bc788524a/view)
 
Record
SN07450903-F 20250523/250521230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.