Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
SOLICITATION NOTICE

13 -- Improvised Explosives Detection(IED) Detection System for Flights over Yuma Proving Ground, AZ in Combating Terrorism Technology Task Force(CT3F) Joint Experimental Research Complex(JERC) in Yuma Proving Ground, Arizona

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-05-T-0008
 
Response Due
7/26/2005
 
Archive Date
9/24/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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. This solicitation is issued as Request for Quote (RFQ) Number W91260-05-T-0008. This solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular 2001-25. The Government's requirements are identified in the Statement of Work listed below. Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or ser vices not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cut sheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. Delivery/Acceptance point is Yuma Proving Grounds, Arizona to support the Combating Terrorism Technology Task Force(CT3F) Joint Experimen tal Research Complex (JERC)site, with Improvised Explosive Devices(IED) Detection System Assesment for Flights over Yuma Proving Grounds, Arizona. Government workdays are between the hours of 0730 and 1630 MT. FAR provision 52.212-1, Instructions to Offer ors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. An y interested/qualified small business sources that believe they can provide the required products or services must respond no later than 6:00 PM, Mountain Time, 26 July 2005. Award is anticipated no later than 27 July 2005. All such responses will be eva luated IAW FAR 52.212-2, Evaluation - Commercial Items. 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, prices and fac tors considered. Evaluation factors are listed in descending order of importance. The following factors shall be used to evaluate best value offers: The required technical and analytical deliverables consists of 1) At least 10 flight lines per day over roads containing IEDS at the Yuma Proving Ground, 2) Five runs minimum at 1600 and five at 13650 AGL, 3) Data calibrated at a sensor radiance, 4) Data is to be be geolocated to +/-5m, 5) Flights are to be flown between 1200-1400 and 1500-1700 local time, 6) Data is to be collected at 9 or better ground sample distance with an airspeed of at least 130 knots, and 7) Flight lines must consist of the road and an additional 100ft on both sides to located the wires leading to an IED. Period of performance will be 2-8 Aug 05. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-19 dated 7 Jan 2004. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501. There is only one responsible source and no other services will satisfy agency requirements. Autovis ion, Incorporated. A justification for Other than Full and Open Competition has been prepared in suppor t of this acquisition. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition to the extent consistent with a sole source acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Represent ations and Certifications-Commercial Items, with its offer. The clause at FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. This is not a solicitation nor is it a formal request for proposal. All interested parties must submit a capability statement that sufficiently describes their qualifications, capabilities, a nd previous experience related to fulfilling similar requirements via email to: steven.butler@smdc-cs.army.mil 6:00 PM MST on July 26, 2005 will be considered by the government. IMPORTANT!! THE POINT OF CONTACT IS Steven Butler. Quote responses and inquiri es will only be accepted electronically by email at: steven.butler@smdc-cs.army.mil. Quote responses sent to any other email address will not be accepted. A determination by the Government not to compete this proposed contract based on responses to this n otice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
Country: US
 
Record
SN00851170-W 20050722/050720212422 (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.