Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

59 -- BAO Kit Operational Control System - Model contract & attachments

Notice Date
3/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-12-R-2417
 
Archive Date
5/5/2012
 
Point of Contact
Nancy G. Leggett, Phone: (937) 255-1696
 
E-Mail Address
nancy.leggett@wpafb.af.mil
(nancy.leggett@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
OCS model contract and attachments 1. The Aeronautical Systems Center (ASC) is soliciting proposals for initial purchase of ten (10) and up to 300 additional BAO Kit Operational Control Systems (OCS). 2. This combined solicitation/synopsis for commercial items was prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation FA8629-12-R-2417 is issued as a Request for Proposal (RFP), using the streamlined procedures for evaluation of commercial items as outlined in FAR 12.6. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. The associated NAICS code is 335999. 3. The purpose of the Battlefield Air Operations Kit (BAO Kit) program is to upgrade the current equipment suite of the Battlefield Airmen (BA) in five (5) different areas – communications, computers, human input/output (human I/O), power generation and management and software. As such, it is also part of the broader BA program, currently addressing requirements for Combat Control Teams (CCT), Special Tactics Squadrons (STS), Tactical Air Control Party (TACP) personnel and Guardian Angel pararescue personnel. The OCS consists of a wearable vest with cable runs, cables, power manager and computer, thereby incorporating the areas of computers, power generation and management and communications. The primary radio for the BAO Kit is the AN/PRC-117G radio manufactured by Harris RF. When carried, the battery can provide power for the entire BAO Kit. Specifications for the battery connector are included in Attachment 2 to this RFP. The Battery end of the cable will be a 90 degree elbow connector that conforms to the side of the battery. 4. The intended use of this system is in military field operations in a range of environmental conditions. The expected system life cycle before replacement required is two-years -- notwithstanding catastrophic damage or other than normal wear, use and transportation. Operating conditions include environmental ranges as described in the specification below but can be described as continuous wear and operations by military personnel for the durations specified below in dismounted on-the-ground conditions, operation in military and commercial ground vehicles, and transportation either being worn or removed in various aircraft and helicopters. Personnel should not be encumbered by the system snagging on vehicle parts when either wearing or carrying the system while entering or exiting vehicles and aircraft. Usage environments can be expected to stress the systems’ integration, fasteners, belts, and pockets. The OCS is expected to be easy for operators to quickly don and remove in various postures (standing, sitting and prone). While being worn, the OCS should not impede other wearer actions such as arm freedom of movement required to operate shoulder-fired weapons, climb, and fast rope. Warranty logistics and depot repair operations will be managed by the vendor with ready spares to replace any failed systems returned for repair. Continuity of operations in the field will be managed by the Government. 5. Because this is an evaluation effort, the Air Force may award up to four (4) contracts under this effort. Or, the Air Force may determine to award no contracts at all, depending upon the responses received. In the future, the Air Force may proceed with a follow-on procurement, depending on the results of this evaluation effort. 6. Respondents to this RFP should submit the following in response to this synopsis/solicitation: a. A fact sheet and an initial bid for ten (10) Operational Control System with the attributes listed on Attachment 1 to the RFP package. (CLIN 0001) b. A bid for an additional purchase of up to 300 OCS. These may be purchased as funding becomes available in the future. Therefore, all offerors shall propose any quantity discount(s) available, and what the minimum order is to receive any quantity discount. This additional purchase will be placed as an option in the ensuing contract. (CLIN 0002) c. A bid for a cable to harvest energy from the Glenair connector on the AN/PRC-117G MicroSun battery (117G Battery) to power the kit through your power management solution. This will be placed as an option in the ensuing contract. (CLIN 0003) Additional details for the connection will be provided when the option is exercised. d. Information on system warranties. Please state what is included in the standard warranty for the system. In addition, please state if higher level warranties are available, what they entail, and the costs associated with those warranties. In the event that this office determines to purchase a higher level warranty, that warranty will be included as a separate CLIN in the contract. (CLIN 0004) e. Two (2) Operational Control Systems. (as discussed in paragraph 8 below). 7. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at FAR 5212-2, Evaluation - Commercial Items, is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. As indicated on the attached Standard Form 1449, award will be made on the basis of a simplified trade-off. In this instance, technical selection criteria will be of greater importance than cost. The Government will also evaluate offers for award purposes by adding the total cost for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). General statements that the offeror can or will comply with the requirements, that standard procedures will be used, or paraphrases of the RFP specification in whole or in part will not constitute compliance with this requirement concerning the content of the technical requirement. Offerors shall complete and submit with each proposal FAR 52.212-3 Offeror Representations and Certifications – Commercial Items and DFARS 242.212-7000 Offeror Representations and Certifications – Commercial Items. 8. Two (2) paper copies should be submitted to the address listed in paragraph 10 below which should cover all the information in paragraph 6 above. Paper copies shall be clearly labeled “Proprietary/Competition Sensitive Information” on the cover sheets and in close proximity to this type of information, on each applicable page. Proprietary/Competition Sensitive information shall be protected from disclosure. E-mail copies of the paper submittal shall be accepted. In addition, in accordance with FAR clause 52-212.01(d), two (2) Operational Control Systems shall be delivered to the program office CONCURRENT with your paper proposal for additional evaluation. One system shall have Windows XP operating system on the computer, and the other shall have Window 7 operating system on the computer. After review is complete, the systems shall be returned to the offeror. Please include name, address, and shipping information (including vendor’s FedEx numbers) for the return of these items. 9. First delivery of ten OCS is scheduled for 30 days after the contract is awarded. The place of delivery is listed in the model contract attached hereto. The contractor shall propose a delivery schedule for the remainder of the tactical headsets. 10. Responses and prototypes shall be received no later than 20 April 2012. Paper/e-mail submittals and prototypes shall be sent to ASC/WISK, Attn: Jarrett Stamper, 1895 Fifth Street, Bldg 46, Wright-Patterson AFB
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-12-R-2417/listing.html)
 
Record
SN02704903-W 20120325/120323235619-dbc202fc986bcd0f4b688a7dd5775ed2 (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.