Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOLICITATION NOTICE

58 -- UHF High Gain SATCOM Antennas

Notice Date
12/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-07-R-0055
 
Response Due
1/12/2007
 
Point of Contact
Kathleen Henderson, Contract Specialist, Phone 813-281-0560 X304, Fax 813-281-2658, - Edward More, Contracting Officer, Phone 813-218-0560, Fax 813-281-2658,
 
E-Mail Address
henderk@socom.mil, moree@socom.mil
 
Description
The U.S. Special Operations Command (USSOCOM) has a requirement for Ultra High Frequency (UHF) High Gain Satellite Antennas. This is a combined synopsis/solicitation for commercial items is 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; proposals are being requested and a written solicitation will not be issued. The solicitation number H92222-07-R-0055 is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This solicitation may result in multiple awards of commercial, five-year Indefinite Delivery Indefinite Quantity (IDIQ) contracts issuing Firm Fixed Price (FFP) delivery orders for Trivec-Avant: AV-2011, AV-2012, AV-2040-2, AV-2055-3, and AV-2091-2, or equal products, the EDO DM C125 or equal product and their respective Contractor Depot Logistical Support (CDLS). The Government may accept any item or group of items of an offer, unless the Offeror qualifies the offer by specific limitations. The North American Industry Classification (NAIC) is 334220 and the small business size standard is 750 employees. The five-year ordering period includes items using Contract Line Items/Sub-Contract Line Items (CLINs/SLINs) in the 1000-8000 series. The guaranteed contract minimum is $20,000.00. The contract maximum amount is $41,000,000.00. The maximum quantity of each contract line that may be purchased throughout the life of the contract is depicted in the schedule below. The contract will be DO-A7 rated. The contract will also involve the delivery of data. The required data, CLIN 8001, shall be Not Separately Priced (NSP). The Contractor shall provide stepladder pricing for CLINs 1000-6000 series for a five-year ordering period. CLINs 1000-6000, FOB Destination: SOFSA, Lexington, KY. CLINs 7000-8000, FOB Destination, HQ USSOCOM, MacDill AFB, 33621. All future information about this acquisition, including solicitation amendments, will also be solely distributed through the FedBizOps website. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. **Statement of Work will be mailed to interested Offerors only. The Government?s requirement is for six (6) distinct variants of UHF High Gain Satellite Communications (SATCOM) antennas. The antennas shall be equal or comparable to either the performance characteristics of the following Trivec-Avant (Huntington Beach, CA) antennas (see items 1-5 below) or the performance characteristics of the EDO Corporation (Antenna Products and Technologies Division, Bohemia, NY) antenna (see item 6 below). In order to be considered, non-Trivec-Avant or non-EDO products must be of the same relative size (shipping configuration for deployed operations), weight, and performance characteristics. The requirements are as follows: 1) Trivec-Avant, AV-2011 (or Equal) foldable, high gain antenna. 2) Trivec-Avant, AV-2012 (or Equal) foldable, high gain antenna (+11 dBi). 3) Trivec-Avant, AV 2040-2 (or Equal) foldable, manpack, high gain antenna (+11 dBi). 4) Trivec-Avant, AV-2055-3 (or Equal) foldable miniature coat pocket high gain antenna (+10.5 dBi). 5) Trivec-Avant, AV 2091-2 (or Equal) Egg-beater" or "O-Wing" SATCOM antenna. 6) EDO DM C125 (or Equal) foldable miniature coat pocket with a gain of at least 5 dBi . **Begin Schedule B, Supplies/Services (Contract Line Items)** CLINs 1001 - 1005 Trivec-Avant AV-2011 (or Equal) Max Qty 1000 Each (Year 1 - 5) ; CLINs 2001 - 2005 Trivec-Avant AV-2012 (or Equal) Max Qty 1000 (Year 1- 5); CLINs 3001 - 3005 Trivec-Avant AV-2040-2 (or Equal) Max Qty 4500 (Year 1 - 5); CLINs 4001- 4005 Trivec-Avant AV-2055-3 (or Equal) Max Qty 5,000 (Year 1- 5); CLINs 5001- 5005 Trivec-Avant AV-2091-2 (or Equal) Max Qty 4000 (Year 1- 5); CLINs 6001 - 6005 EDO DM C125 (or Equal) Max Qty 5,000 (Year 1- 5); CLINs 7001- 7005 CDLS Max Qty 50 (Year 1); CLIN 7002 CDLS Max Qty 100 (Year 2); CLIN 7003 CDLS Max Qty 250 (Year 3); CLIN 7004 CDLS Max Qty 450 (Year 4); CLIN 7005 CDLS Max Qty 600 (Year 5); CLIN 8001 Technical Data (Contract Data Requirements List (CDRL) Not Separately Priced (NSP); CDRL A001-Quarterly CDLS Maintenance Report-Contractor Logistic Support Maintenance Report. CDRL A002-Commercial Off The Shelf Manuals. The Contractor shall provide COTS manuals with each antenna (1:1 ratio). All CDRLs are electronic submission. **Begin FAR, DFAR and SOFAR Clauses**. This contract incorporates one or more clauses and 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (FAR) http://farsite.hill.af.mil/ VFDFARA.HTM (DFAR) and http://farsite.hill.af.mil/vfussocoma.htm (SOFARS). Clauses Incorporated by Reference: FAR 52.211-15, 52.212-4, 52.216-18, 52.216-19, 52.216-22; DFAR 252.211-7003; SOFARS 5652.246-9000; 5652.246-9001; 5652.247-9000; 5652.201-9002; 5652.204-9002; 5652.204-9003; 5652.209-9003; 5652.215-9010; 5652.243-9000; 5652.209-9002; and SOFARS 5652.252-9000. Clauses Incorporated by Full Text: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Dev) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause.(i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793).(v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).(vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.)(vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64,(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components: 52.203-3. (b) The Contractor agrees to comply with any clause on the following list of Defense FAR Supplement clauses which are included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: 252.205-7000; 252.219-7003; 252-225-7001; 252.225-7012; 252.227-7015; 252.227-7037; 252.232-7003; 252.243-7002; 252.247-7023; 252.247-7024; (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014; 252.247-7023; 252.247-7024 (End of Clause). **Begin FAR, DFAR and SOFAR Provisions** Provisions Incorporated by Reference: FAR 52.211-14, 52.212-1, 52.212-2, and 52.212-3; DFAR 252.209-7001, 252.209-7002, and 252.212-7000; and SOFARS 5652.209-9002; Provisions FAR 52.212-3 and DFAR 252.209-7001, 252.209-7002 and 252.212-7000 must be completed and included with their proposal. FAR 52.212-1 Instructions to Offerors-Commercial Items-Addendum: Offerors shall submit a price volume (1) and a technical volume (2). Proposals shall be prepared using Times New Roman 12-point font style on 8 inch x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 point. Margins shall be one (1) inch on all sides. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the proposal shall comply as follows: (1) Price unlimited; (2) Technical NTE 15 pages to include examples of corporate experience. Offers shall be signed and dated and show the date/time specified in the RFP for receipt of offers; the name, address, telephone number and email address of the administrative point of contact for the offeror; acknowledgement of solicitation amendments, if applicable; and the period for acceptance of the offer (minimum of 30 days required). Any offer, modification, revision, or withdrawal of offer received at the designated Government office after the exact time "Offer Due Date" designated in the solicitation is "late" and will be handled by the Government as indicated by FAR 52.212-1. The Offeror shall address the following factors in their proposal: (1) Factor 1 ? Price: The price proposal will be evaluated for completeness to ensure a price has been submitted for all items or group of items to include the price for technical data items (Not Separately Priced) All proposals will be evaluated for unbalanced pricing. Offerors are cautioned that unbalanced unit prices may be grounds for exclusion of a proposal from consideration for award. The Government will determine a total evaluated price for each Schedule proposed based upon known Government requirements for the five-year ordering period at the time of proposal evaluation. The Government reserves the right to adjust the proposed price in order to ensure comparable price comparisons in accordance with the solicitation requirements. Price reasonableness shall be determined through competitive commercial market prices and IAW the guidelines set forth in FAR 15.404-1. (2) Factor 2: Technical. Subfactor 1: Technical Capability - The Offeror?s technical proposal shall provide documented evidence of the Offeror?s capability to meet all technical requirements stated in solicitation. The Offeror shall provide any supporting test data to support technical claims/assertions. Any exception to the Government's technical requirements must be included in the technical proposal and clearly delineated in a cover letter to the technical proposal. Subfactor 2: Corporate Experience - The Offeror?s technical proposal shall provide documented evidence of the Offeror?s relevant experience and corporate capabilities to include established approaches for accomplishment of technical requirements of similar scope and complexity. ?Relevant? is defined as like services as stated in the Statement of Work in terms of the same or similar scope and technical complexity. 52.212-2 Addendum to Evaluation ? Commercial Items (a) Basis for Award. The award will be made on a lowest price technically acceptable (LPTA) basis. The Government reserves the right to award a single or multiple awards. The Government may accept any item or group of items of an offer, unless the Offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the Offeror specifies otherwise in the offer. The Government will award to the responsible Offeror(s) whose proposal(s), in response to the solicitation, provides the Government the lowest evaluated price and meets the acceptability standards on a pass/fail basis. All factors and subfactors are equally important. The following factors shall be used to evaluate offers: Price and Technical. A proposal shall be considered unacceptable if it fails to meet the pass/fail criteria. (1) Factor 1- Price: The Offeror shall complete the pricing in the Section B for a five-year ordering period for the item(s) proposed. Offerors shall propose range order quantities and unit pricing for the applicable CLINs to maximize economies of scale using stepladder pricing (e.g., 1-10 ea, 11-25 ea, 26-50 ea, etc.). (2) Factor 2: Technical. Each Technical subfactor will receive a rating of acceptable or unacceptable. If any subfactor is rated ?unacceptable,? the entire proposal is rendered technically unacceptable, and the proposal will be removed from the competitive range. Subfactor 1: Technical Capability. The Government will evaluate the Offeror?s technical proposal for documented evidence of meeting all the technical requirements as stated in the solicitation. Subfactor 2: Corporate Experience -The Government will evaluate the Offeror?s technical proposal for documented evidence of relevant experience and corporate capabilities to include established approaches for accomplishment of technical requirements of similar scope and complexity. (b) 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). . Standard Commercial Warranty: The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial does not waive the Government?s rights under the ?Inspection? clause nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. All communications regarding this procurement, INCLUDING all requests for technical information for UHF High Gain SATCOM Antenna, must be in writing and submitted via email to Kathleen Henderson at henderk@socom.mil. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements - you must clearly identify how your proposal meets ALL solicitation requirements. The Government intends to award a contract without discussions. Proposals are due no later than 12 January 2007 at 4:00 P.M. (EST) and shall be delivered as follows: Complete proposals shall be in electronic format and delivered via email to Kathleen Henderson at henderk@socom.mil. Additionally, a complete RFP response on a single (1) CD-ROM will be submitted. Please cite the RFP number in the bottom left-hand corner of the envelope, in the footer or header of all documents, and on the CD-ROM label. The CD-ROM shall be mailed to HQ, USSOCOM, ATTN: Kathleen Henderson, SOAL-KI, 7701 Tampa Point Blvd, MacDill AFB, 33621, no later than the "Offer Due Date" indicated above. Any material considered proprietary shall be marked as such with any associated disposition/handing instructions. Submissions to this RFP will not be returned. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-DEC-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-07-R-0055/listing.html)
 
Record
SN01247172-F 20070310/070308225240 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.