Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

66 -- Hex Rotor Platform

Notice Date
6/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-11-Q-0392
 
Archive Date
7/20/2011
 
Point of Contact
Amber Hoffman, Phone: 315-330-1423
 
E-Mail Address
amber.hoffman@rl.af.mil
(amber.hoffman@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items solicited in accordance with the procedures of FAR 13 and 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-11-Q-0392 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110617. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business set-aside under NAICS code 334511 and small business size standard 750 employees. The contractor shall provide the following items on a Firm Fixed Price basis, including the cost of shipping FOB Destination: Item 1: Kestrel v3 Autopilot Hex Rotor Platform (OR EQUAL) Qty: 1 system Description -Complete system capable of autonomous vertical takeoff and landing (VTOL). -Autopilot must be compatible with existing Procerus ground station hardware and software. -Control Link must be compatible with existing Nano N920F modems. -Software compatibility with Virtual Cockpit v2.5H. -Capable of carrying 9 lbs. -Carbon fiber construction. -Weighs less than 5 lbs without payload. Components required include the following OR EQUAL: -qty 1 Kestrel Autopilot 3.0 for VTOL platforms -qty 1 Microhard Nano N920F Modems, 900mhz -qty 1 Autopilot enclosure, aluminum -qty 1 Omnetics 51 pin cable assembly for Kestrel -qty 1 Hex Rotor Platform with: --integration and testing to ensure flight-ready status --vibration mount --ublox GPS --6 motors (heavy lift) --6 speed controllers (heavy lift) --6 props --side mounted LED strips capable of showing vehicle position and orientation --900 mhz antenna, dipole, comm link. --spectrum receiver --3 axis magnetometer --current shunt Additional required components include: -qty 3 heavy lift battery pack (8AHr lipo), onboard hex rotor platform -qty 6 battery sets -qty 18 props -qty 1 rugged storage case for entire system -qty 1 day training on platform by manufacturer or authorized representative. -qty 1 JR Radio 9503 H. -qty 1 gamepad, programming cable. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Officer Depot, 148 Electronic Parkway, Rome, NY, 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) TUE 05 JUL 2011. Submit to: AFRL/RIKO, Attn: Amber Hoffman, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-1423 or by email to Amber.Hoffman@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Technical Capability. Technical capability is significantly more important than price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside Alternate I 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 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 DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.211-7003, Item Identification and Valuation 252.225-7000, Buy American Act--Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-Q-0392/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02477077-W 20110622/110620234651-0ab95066628a9cf37f052a7ccd170b46 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.