Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

17 -- AIR VEHICLES

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQE000247
 
Response Due
9/10/2004
 
Archive Date
9/25/2004
 
Point of Contact
Edith Young, Contracting Officer, Phone 202-324-8809, Fax 202-324-6641,
 
E-Mail Address
eyoungfbi@aol.com
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; request for quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-24. This solicitation is under the Simplified Acquisition Procedures (SAP) for small business-set-aside. The solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http://fedbizopps.gov/. This site provides downloading instructions. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. The North American Industry Classification System (NAICS) is 481219 and Business Size Standard is 6.0 million. This will be a Firm-Fixed price contract all or none one time buy for the acquisition of the following Aero Viroment Raven system Small Umanned Aerial Vehicle (SUAV) brand name or equal. These item will be required in a quantity of three unless other wise noted with the required accessories. The system shall consist of the following: Air Vehicles with EO daylight color payload (2EO's 1 Nose), IR day/night forward payload (1 IR,1 Nose), IR day/night side payload (1NR, 1 Nose), Field repair kit, Flight Batteries quantity of six (6),Ground Control Unit (GCU) quantity of two (2), Battery Charger (Lilon)quantity of one (1), Airframe shipping containers, Control Laptops (with software) quantity of two (2), Training, and Technical Support each a quantity of one (1). The following accessories, brand name or equal, shall be required in the quantities as stated above: Pricing shall be required for all items as identified. The following are the minimum salient characteristics for the Aero Viorment Raven or equal. Airframe shall be light weight under 10 pounds including payload, and shall have a wingspan under 5ft in length; shall not be longer that 3ft long must be single man portable; shall be contained in a waterproof dustproof case; frame shall employ a modular nose design which enables the operator to rotate the different video payloads; video payloads shall include realtime color, low light black/white and IR thermal video cameras; Airframe shall have the ability to be hand launched and employ an Auto land recovery system; Airframe shall be battery powered with endurance time of at a minimum of 90 minutes; shall have rechargeable batteries; System shall have a data transmission rage up to 10 kilometers; System must have both GPS/autonomous flight in flight programming and manual flight; shall be able to pilot the airframe in manual mode and steer the imagery; Shall have the ability to accept the DOD P(y) GPS code required bye the US military to operate in a combat theater; The Ground Control Unit brand name or equal shall weigh not more that 25 pounds; GCU shall provide an auxiliary video output connector (BNC) for video recording and transmission; Shall have an auxiliary data output connector for laptop computer interface; GCU shall operate from 12VDC to 30 VDC and be able to utilize the standard military BA 5590 battery; shall employ a joystick function for steering in manual modes; Antenna's shall be positioned for maximum range coverage at a minimum of a least 4ft from ground level; and GCU shall be capable of operating on military frequency bands wit military frequency approval. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an "equal" product the offered items shall be considered the brand name product as referenced in this announcement. If offering an equal product the brand name of the product furnished shall be clearly identified on the proposal. The evaluation of quotes and the determination as to equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available the vendor must furnish as part of their quote all descriptive material necessary for the purchasing activity to determine whether the product meets the salient characteristic of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of proposed modification and clearly mark any descriptive material to show proposed modification. Warranty period shall be at a minimum for one year after acceptance of the equipment. Destination FOB-Delivery -FBI Attn: Support Services Spvsr Bldg 27958A Quantico, VA 22135. All bids shall be mailed to the address listed in the announcement no later than 1:00p.m. EST, September 10, 2004 and clearly marked with the RFQ # E000247. No hand carried quotes will be accepted. Fax quotes will be accepted and are encouraged at (202) 324-8031. The point of contact for information is Edith M. Young Contract Specialist, at the address and phone number listed above. All potential bidders are hereby notified due to security requirements, Federal Express, DHL,UPS, deliveries for the FBI Headquarters facility are now received at an off-site location, therefore the normal response time of 15 days is in effect and faxed response are encouraged to insure timely receipt. Vendors are hereby notified that if your proposal is not received by the date/time and at the specified location in this announcement, your bid will be considered late. The following clauses and provisions are incorporated by reference and apply to this acquisition. Full text clauses and provisions can be obtained at http://www.acqnet.gov. FAR provision 52.212-1 Instruction to Offerors- Commercial Items (Jan 2004); FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2004); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (June 2004). The following FAR clauses apply to this requirement and are hereby incorporated by reference: FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Jul 1995); FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002); FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); FAR 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-1 Buy American Act -Supplies (June 2003) FAR 52.225-3 Buy American Act-North American Free Trade Agreement Israeli Trade Act- (June 2004); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003). Each offeror shall include a completed copy of the FAR provision 52-212-3 Offeror Representations and Certification Commercial Items (May 2004); FAR 52.211-6 Brand Name or Equal (Aug 1999). The following Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at:http://www.usdoj.gov/jmd/pe/jarinet.htm: JAR clause 2852.201.70 Contracting Officers Technical Representative (COTR)(Jan 1985) will be supplied upon award; 2852-233-70 Protest Filed Directly with the Department of Justice (JAN 1998); and 2852.211.70 Brand Name or equal (Jan 1985). All responsible offerors may submit a quotation which, if timely received shall be considered by the agency. The Government will award to the responsible offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. Past Performance-offeror shall provide at a minimum the names and telephone numbers of three customers that have acquired the same or similar products for past performance evaluation. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation-Commercial Items (Jan 1999). The following factors shall be used to evaluate offers. Technical and past performance when combined are significantly more important than price. The ability to meet the technical requirements and past performance in descending order. Technically acceptable quotes must show that the offeror can meet the requirement of the Government. Quotes must state name, address and the RFQ number. An award will be made within fifteen days (15)after closingg date.
 
Place of Performance
Address: quAntico,VA
Zip Code: 22135
 
Record
SN00653586-W 20040827/040826074701 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.