Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SPECIAL NOTICE

16 -- Intent to Award Sole Source- Goodrich-Cloud Cap Technology

Notice Date
1/13/2012
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
F4BWW01305AG01
 
Archive Date
2/2/2012
 
Point of Contact
Elizabeth M. Lawson, Phone: 7193333929, Nicole Baert, Phone: 7193338924
 
E-Mail Address
elizabeth.lawson@usafa.af.mil, nicole.baert@usafa.af.mil
(elizabeth.lawson@usafa.af.mil, nicole.baert@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 10CONS/LGCB, Contracting Squadron, USAF Academy intends to award a sole source purchase order for 10 each UAS Autopilot Packages and 3 Laser Altimeters from Goodrich - Cloud Cap Technologies (CCT), 2621 Wasco St. PO Box 1500, Hood River OR 97031. This procurement is for the acquisition of a sole source commercial item using simplified acquisition procedures in accordance with FAR Part 12 and 13. The contract line items are as follows: 0001 Piccolo SL - ALT - 900 MHz (Item # 900-90023-00-C), 10 Each Specifications: - Antenna, 912 MHz Cut Duck (Item # 500-00311-00), 10 Each - LT/SL Antenna, Cable, SSMA M to BNC Bulkhead F, 20" (Item # 500-01154-00), 10 Each - Antenna, LT/SL Avionics/TASE GPS 20" with SSMA connector (Item # 500-01153-00), 10 Each - Mounting Kit, Soft Generic Mount, Piccolo / Navigator - New style with threaded isolators includes (Item # 900-02269-00), 10 Each. Each unit includes: Qty 6: 620-00927-00 Qty 4: 620-02298-00 Qty 12: 620-02300-00 0002 Laser Altimeter, Latitude Engineering model AGL, 1 Hz rate, RS232, 30cm accuracy to 370m range, 10cm resolution (Item # 500-01377-00), 3 Each Shipping cost are inclusive. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-55, Effective 03 Jan 2012. The North American Industry Classification System Code [NAICS] is 334511 and the size standard is 750 employees. Sole Source Justification: This is a follow-on procurement for the USAFA Center for Unmanned Aircraft Systems(UAS) which currently is doing research utilizing the Piccolo autopilot avionics system. In order to proceed with future research, the USAFA UAV Research Group needs to purchase 10 additional autopilot units (and associated antennas, cables, and mounting kits) and 3 laser altimeters. While a variety of similar products are available, the Center for UAS Research program currently employs Goodrich CCT equipment. The integration of different brand name UAS systems will create software incompatability issues between the ground station and the autopilot system. The Piccolo Autopilot System and the Altimeters manufactured by Goodrich - CCT are the only products capable of meeting the government's requirements. To institute a completely new system would result in greater cost to the government that would not be recoverable. Other commercially available altimeters would require significant amount of resources and man-hours to intergrate them with existing autopilots. Delivery is to be made to the U.S. Air Force Academy CO 80840. FOB Destination. This synopsis is for notification purposes only and THIS IS NOT A REQUEST for bids or proposals. DO NOT SUBMIT A QUOTE AT THIS TIME. Any offerors believing they can meet the governments requirements for this acquistion have the burden and responsibility to provide documentation that substantiates their products are equal to or better by demonstrating their product, at a minimum, has the same features and functionality of the sole source products. The offeror should provide an understandable comparison between the two products along with brochures, specifications, and any other useful information for government consideration. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement can be conducted. A determination that equal products exist based on responses to this notice is solely within the discretion of the Government. Responses should be emailed to the primary POC listed and must be received no later than 1200 pm Mountain Standard Time, 18 Jan 2012 at 10 CONS/ LGCB. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this synopsis. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Questions should be addressed to the Primary POC Elizabeth M. Lawson, Contracting Officer, (719) 333-3929 or sent via e-mail to elizabeth.lawson@usafa.af.mil. Alternate POC is Nicole Baert, Contracting Officer, (719) 333-8924, nicole.baert@usafa.af.mil. 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWW01305AG01/listing.html)
 
Place of Performance
Address: USAFA, CO, US Air Force Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02654354-W 20120115/120113234148-cbbc5c5869413dfb4c3cde2406ff4739 (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.