Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

A -- Radio Frequency (RF) Technology Solutions to Detect and Locate Improvised Explosive Device (IED) Threats

Notice Date
9/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-08-T-0209
 
Response Due
9/22/2008
 
Archive Date
11/21/2008
 
Point of Contact
hilton.thompson, 3013942889<br />
 
Small Business Set-Aside
N/A
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is _ W911QX -08-T-0209______. This acquisition is issued as an RFQ Request for Quote________________. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26______. The associated NAICS code is _541330______. The small business size standard is _4.5M___________. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Testing Services Qty- 1Unit of Issue - Job (vi) Description of requirements: This announcement is an adjunct to W911NF-08-R-0009 issued by the Army Research Office, Research Triangle Park, NC. That Broad Agency Announcement will be cancelled in the near term as this announcement is replacing it in its entirety due to the fact that classified quotes are anticipated and cooperative agreements do not allow for classified information to be included in the award. This announcement is for an instant requirement; a subsequent announcement may be issued as a Broad Agency Announcement for future potential efforts. Multiple awards are anticipated. The instant requirement is as follows: The Army has a need for innovative RF technology solutions to detect and locate Improvised Explosive Device (IED) threats. To facilitate this objective,quotes are requested for prototype, technically mature, RF technology to participate in an experiment in a mission-relevant environment An RF sensor system that will be considered acceptable for the purposes of this solicitation shall be technically mature such that: "The RF technology must be either capable of performing on the move (at least 8mph) or have SWAP (Size, Weight and Power) that are consistent with a hand-held unit. "The technology shall be capable of detecting and geo-spatially locating IEDs at 10m range for moving systems and 1m range for hand-held units (thresholds for the purposes of this solicitation). The Army plans to set up a temporary facility in Yuma, Arizona to conduct these RF technology experiments. "Contract awardees will have exclusive access to the test site for up to 5 days and MUST possess a security clearance to be able to perform at the test site. Offerors must possess a Secret security clearance in order to respond to this RFQ. There is a classified (Secret) addendum that more completely describes the expected RF technology systems capabilities that all offerors MUST review before submission of a quote for this RF experiment. Offerors are required to provide written affirmation of the receipt of this announcement and the classified addendum in their quote. Each Offeror must determine the classification of their quote and of the report on the results of the experiments based on the Security Classification Guide provided along with the addendum.. Requests for the Secret addendum and any questions concerning security issues may be directed to the Point of Contact listed below. A contract, not to exceed 1040 hours of effort, will be awarded for only the following activities: "Preparation of system for field experiment "5 days of testing at the Yuma facility "Data analysis of the performance achieved to include - detection, detection range, time to detect, ranging capability, line of bearing capability and identification capability "Written final report of the data analysis (one month after the experiment) oReport must also include a description of the RF technology set up during the experiment, the results of the experiment, and a technology maturation plan (vii) Delivery is required by _31 March 2009___________. Delivery shall be made to _John Costanza, Adelphi, MD__________________________. Acceptance shall be performed at _Destination______________. The FOB point is _ Destination ________________________. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. A project summary must not exceed 1 page when printed using standard 8.5 by 11 paper with 1 margins (top, bottom, left and right) with font no smaller than Times New Roman, 10 point. Project Narrative The following formatting rules apply. "Paper size when printed - 8.5 x 11 inch paper "Margins - 1 inch "Spacing - single "Font No smaller than Times New Roman, 10 point "Number of pages - no more than three (3) single-sided pages. Pages in excess of the page limit may be removed for the evaluation of the proposal. Include the following for all quotes: "Principal Investigator name "Phone number, fax number, and e-mail address "Organization "Organization address "Details concerning the technical maturity of the current equipment "Description of the experiments conducted to date "Evidence of RF-sensor system performance "Pictures of the equipment and the user interface Cost Proposal The elements of the cost proposal should include: "Direct Labor - Individual labor category or person, with associated labor hours and unburdened direct labor rates. "Indirect Costs - Fringe benefits, overhead, G&A, etc. (must show base amount and rate). Support with Defense Contract Audit Agency audits or reviews otherwise defend as necessary. "Travel 1 round trip, 5 days, to Yuma. Justify and include basis for costs. "Subaward - A cost proposal, as detailed as the offeror's cost proposal, will be required if the prime contractor requires this effort "Consultant - Provide consultant agreement or other document that verifies the proposed loaded daily/hourly rate. Include a description of the nature of and the need for any consultant's participation. Provide budget justification. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as followsin descending order of importance: a. The overall scientific and/or technical merits of the quote, which shall include "Details concerning the technical maturity of the current equipment "Description of the experiments conducted to date "Evidence of RF-sensor system performance "Pictures of the equipment and the user interface. b. The potential contributions of the effort to the Army mission. c. Price (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause ____NONE____________________. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: For FAR 52.212-5: 52.233-3, 52.233-4, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33, and 52.222-41. For DFAR 252.212-7001: 52.203-3, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, and 252.247-7024. (xiii) The following additional contract requirement(s) or terms and conditions apply: _NONE_______________________________________________. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as _-NONE_________________. {insert appropriate rating, if applicable}. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 22 Sep 08 at 11:59pm (xvii) For information regarding this solicitation, please contact _Hilton Thompson, (301)394-2889, and hilton.thompson@arl.army.mil ______________.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=183aab3f8d21efd189f16010a6e0b7bb&tab=core&_cview=1)
 
Place of Performance
Address: US Army Yuma Proving Ground Yuma Test Center Yuma AZ<br />
Zip Code: 85365<br />
 
Record
SN01658909-W 20080905/080903224616-183aab3f8d21efd189f16010a6e0b7bb (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.