Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOLICITATION NOTICE

66 -- Weather Visibility Sensor - Combined Synopsis/Solicitation

Notice Date
3/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-10-T-0013
 
Archive Date
4/8/2010
 
Point of Contact
Mary K. Thomsen, Phone: 402-294-5494, Brian Stricker, Phone: 402-232-6578
 
E-Mail Address
mary.thomsen@offutt.af.mil, brian.stricker@offutt.af.mil
(mary.thomsen@offutt.af.mil, brian.stricker@offutt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a Combined Synopsis/Solicitation for a commercial purchase prepared in accordance with the format in Federal Acquisition Regulation Sub Part 12.6 as supplemented with additional information included within this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number FA4600-10-T-0013 is issued as a Request for Quotes. This Solicitation and the provisions and clauses incorporated herein are those in effect through Federal Acquisition Circular (FAC) 2005-04. This Solicitation is issued as a 100 percent small business set-aside; the NAICS Code is 334519; the SBA Small Business Size Standard is 500 Employees. At a minimum vendors are asked to include the following information with their quotes in response to this announcement: vendor information to include company name, street address/PO Box Number, city/state/zip, and web site address; point of contact information to include name, phone number, fax number, and email address; DUNS Number, CAGE Code, and Federal Tax ID Number; GSA Contract Number and expiration date (if applicable); "Remit to" address; and company size (Large, Small, 8(a), SDB, Emerging Small Business, HUBZone, Veteran Owned, or Woman Owned). NOTE: ALL ITEMS ARE BRAND NAME OR EQUIVALENT. All equipment and/or software shall be incorporated into an existing system and shall be fully compatible with all existing hardware and/or software. If an "equivalent" piece of equipment and/or software is proposed, please identify any required training time and costs for two technicians on a separate line, as well as provide specifications for any "equivalent" equipment and/or software proposed. 55 CONS intends to issue a firm fixed price Purchase Order for the following commercial off-the-shelf commodities: • 134 each: UHF VisPod® System ("System") which consists of the following components: • One (1) VisPod® ("Sensor") • One (1) C3Pod® (Command, Control, and Communications) which consists of the following components: o Control and Process Electronics o UHF Radio o Power Management System o Rechargeable Batteries (sufficient for up to 30 days continuous operation) o GPS Module o Internal Temperature Sensor o 2 Axis Tilt Sensor • One (1) 20' Interconnect Communication Cable (Sensor to C3Pod) • One (1) AC or Wall Charger • One (1) Solar Panel • One (1) Full Deployment System which consists of the following components: o 6' Deployment Tripod o Mounting Brackets for Sensor and WeatherPod® o Stakes, Anchors, and Guy Wires • One (1) Shipping Case (equipped with foam padding for all components) • Direct Wire Components (used to disable radio traffic for sensitive operations) which consist of the following components: o One (1) Hardware Adaptor o One (1) 20' Communication Cable • One (1) Software Package • One (1) Set of User Manuals • One (1) Set of Direct Wire Components The Sensor is a horizontal visibility and present weather sensor that is plug-and-play compatible with the existing Air Force WeatherPod® System (which consists of a SatPod®, WeatherPod®, and CloudPod®) and shall be integrated with the WeatherPod® Meteorological Observation System ("WPMOS") software currently used by the Air Force. The Sensor shall have capability to report data in a format compatible with the WPMOS software currently in use, as well as accept executive remote commands from the WPMOS software for changing data rates, defrosting lenses, and selecting the data parameters to report. The Sensor shall have the capability to disable the reporting of GPS location and have UHF radio and hard-wire communication capability. The Sensor shall have the capability to measure horizontal visibility up to 10 km (6.2 miles), measure present weather conditions to include rain, sleet, snow, and accumulations of the same, and report the present weather in World Meteorological Code. The Sensor shall have the capability to sense dew, frost, or dirt on lenses and report this information along with the sensor data, and include automatic means to remove dew and frost from the lens when necessary. The Sensor shall have capability to measure and report two axes of tilt, GPS location, and compass orientation with the sensor data, as well as measure and report air temperature. The Sensor shall have the capability to fully function using rechargeable batteries for up to 30 days and have the capability to maintain the following functions: • Data measurement and reporting rate of approximately 15 minutes • Remove dew or frost from the lenses at least 75 times or more within a maximum 30 day period The Sensor shall also have the capability to fully function solely with a solar panel which can power the Sensor indefinitely. The Sensor shall also have the capability of recharging or operating continuously using an AC power source. The following is an itemization of the maximum weight of the Sensor by itself (no accessories) and the maximum weight and dimensions for the Sensor System packaged in its Shipping Case (equipped with foam padding for all components): • Sensor by itself (no accessories): o Weight: No more than 15 lbs • Sensor System packaged in its Shipping Case (equipped with foam padding for all components): o Weight: No more than 60 lbs o Dimensions: No more than approximately 20" x 20" x 30" Supplies contained within this announcement are for delivery FOB Destination. It is anticipated 1 System shall be shipped to Offutt AFB, NE and 133 Systems shall be shipped to Hurlburt Field, FL. Supplies are of domestic origin and no used or refurbished equipment will be accepted. No partial bids will be accepted. Please verify that the prices quoted reflect the most competitive pricing available to the Government with regard to this announcement. Please provide an itemization within the Quote you submit that, at a minimum, includes for each item the following information: Quantity, Unit, Unit Price, Extended Price, and Total Amount. Necessary warranty/maintenance information included within the Quote you submit shall include the following as applicable: what warranty/maintenance entails (examples: telephone support, 7 days a week/24 hours a day or 5 days a week/8 hours a day; on-site support; mail-in support; next business day support, etc.); length of warranty, to include start and end dates; and how warranty work is initiated to include POC information, including phone number, if applicable. NOTE: Acquisition shall comply with Executive Order (EO) 12845. The EO requires that Government agencies purchase items which meet "EPA Energy Star" requirements for energy efficiency. Year 2000 Information Technology Items: all Information Technology items shall be year 2000 compliant. Non-compliant items shall be upgraded at no additional cost to the Government to be year 2000 compliant by no later than December 31, 1999. In accordance with FAR 39.002, "Year 2000 compliant" with respect to information technology, means that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. All potential bidders are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the CCR database BY WEDNESDAY, MARCH 24, 2010, at 11:59 PM CST shall make a bidder ineligible for award. Also, the contractor shall have the NAICS code listed in this solicitation on their CCR Registration. THE FOLLOWING FAR PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION: • 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) • 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2007) • 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) • 52.204-7 Central Contractor Registration (Apr 2008) • 52.209-5 Certification Regarding Responsibility Matters (Dec 2008) • 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Sep 2006) • 52.211-6 Brand Name or Equal (Aug 1999) • 52.211-17 Delivery of Excess Quantities (Sep 1989) • 52.212-1 Instructions to Offerors-Commercial Items (June 2008) • 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2009) • 52.212-3 (ALT I) Offeror Representations and Certifications -- Commercial Items (Apr 2002) • 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) • 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) The following FAR Clauses cited within 52.212-5 are applicable to this acquisition:  52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006)  52.203-6 (ALT I) Restrictions on Subcontractor Sales to the Government (Oct 1995)  52.219-6 Notice of Total Small Business Set-Aside (June 2003)  52.219-8 Utilization of Small Business Concerns (May 2004)  52.219-28 Post-Award Small Business Program Representation (Apr 2009)  52.222-3 Convict Labor (June 2003)  52.222-19 Child Labor-Cooperation With Authorities and Remedies (Aug 2009)  52.222-21 Prohibition of Segregated Facilities (Feb 1999)  52.222-26 Equal Opportunity (Mar 2007)  52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)  52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998)  52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)  52.225-13 Restriction on Certain Foreign Purchases (Jun 2008)  52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003) • 52.222-25 Affirmative Action Compliance (Apr 1984) • 52.223-11 Ozone-Depleting Substances (May 2001) • 52.229-3 Federal, State, and Local Taxes (Apr 2003) • 52.233-2 Service of Protest (Sep 2006) • 52.242-13 52.242-13 - Bankruptcy (Jul 1995) • 52.246-16 Responsibility for Supplies (Apr 1984) • 52.247-14 Contractor Responsibility for Receipt of Shipment (Apr 1984) • 52.247-34 F.O.B. Destination (Nov 1991) • 52.249-2 Termination for Convenience of the Government (Fixed-Price) (May 2004) • 52.252-2 Clauses Incorporated by Reference (Feb 1998) THE FOLLOWING DFARS CLAUSES ARE APPLICABLE TO THIS ACQUISITION: • 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) • 252.204-7003 Control of Government Personnel Work Product (Apr 1992) • 252.204-7004 Alt A, Central Contractor Registration (Sep 2007) • 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) • 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) • 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) The following DFARS Clauses cited within 252.212-7001 are applicable to this acquisition:  52.203-3 Gratuities (Apr 1984)  252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991)  252.243-7002 Requests for Equitable Adjustment (Mar 1998)  252.247-7023 Transportation of Supplies by Sea (May 2002) • 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008) • 252.232-7010 Levies on Contract Payments (Dec 2006) • 252.243-7001 Pricing of Contract Modifications (Dec 1991) • 252.246-7000 Material Inspection and Receiving Report (Mar 2008) • 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) THE FOLLOWING AFFARS CLAUSES ARE APPLICABLE TO THIS ACQUISITION: • 5352.201-9101 Ombudsman (Aug 2005) • 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003) • LOCAL-BZ (14 Feb 08) Please reference Solicitation Number FA4600-10-T-0013 on all correspondence and submittals. Quotations shall be received by NLT Wednesday, March 24, 2010, at 11:59 PM CST and shall be submitted via email (mary.thomsen@offutt.af.mil), via facsimile (402-294-5494), or via hand-delivery or delivery service (55th Contracting Squadron/LGCZ, ATTN: Mary Thomsen, 101 Washington Square, Building 40, Offutt AFB, NE 68113). Base access will not be provided. Quotes submitted shall be no more than 25 pages in length. Quotes shall be valid for a minimum of 60 days after close of this announcement. Any questions concerning this announcement should be submitted to Mary Thomsen via email at mary.thomsen@offutt.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-10-T-0013/listing.html)
 
Record
SN02094667-W 20100319/100317234636-ff41768ab8d642aa27a8e69e8f31a5bb (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.